FUTURE RESEARCH CORPORATION



 

GSA AUTHORIZED FEDERAL SUPPLY SERVICE

CATALOG AND PRICELIST

 

INFORMATION TECHNOLOGY SCHEDULE 70

 

Future Research Corporation

 

305 Church Street, Suite 810

Huntsville, AL 35801

Phone 256-430-4304

Fax 256-430-4308

E-mail: kedney@future-research.com

URL: http://www.future-research.com

 

Contract Number: GS-35F-0486J

Period Covered by Contract:

May 28, 1999 through May 27, 2004

 

 

Special Item Numbers (SINs)

 

132-8 PURCHASE OF EQUIPMENT

 

132-12 MAINTENANCE OF HARDWARE

 

132-33 PERPETUAL SOFTWARE LICENSES AND

132-34 MAINTENANCE OF SOFTWARE

 

132-50 CLASSROOM/ON-SITE TRAINING

 

132-51 - INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

 

Pricelist current through Modification # FX-03, dated January 1, 2004.

 

Products and ordering information in this Authorized FSS Information Technology Schedule Pricelist are also available on the GSA Advantage! System.


TABLE OF CONTENTS

 

Special Item Numbers (SINs):

 

132-8 PURCHASE OF EQUIPMENT

 

Products/Services Offered

Terms and Conditions

GSA Rates/Pricing

 

132-12 MAINTENANCE OF HARDWARE

 

Products/Services Offered

Terms and Conditions

GSA Rates/Pricing

 

132-33 PERPETUAL SOFTWARE LICENSES AND

132-34 MAINTENANCE OF SOFTWARE

 

Products/Services Offered

Terms and Conditions

GSA Rates/Pricing SIN 132-33

GSA Rates/Pricing SIN 132-34

 

132-50 CLASSROOM/ON-SITE TRAINING

 

Products/Services Offered

Terms and Conditions

GSA Rates/Pricing

 

132-51 - INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

 

Services Offered

Terms and Conditions

GSA Rates

 

ORDERING INFORMATION

 

USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS

 

BEST VALUE BLANKET PURCHASE AGREEMENT

 

FUTURE RESEARCH CORPORATION BLANKET PURCHASE AGREEMENT

 

BASIC GUIDELINES FOR USING CONTRACTOR TEAM ARRANGEMENTS


 

Special Item Number 132-8

PURCHASE OF EQUIPMENT

 

Products/Services Offered

 

FSC Class/

FPDS Code

Products/Services

Manufacturer

7010

System Configuration

Cray Inc.

7025

Input/Output and Storage Devices

Cray Inc.

7035

ADP Support Equipment

Cray Inc.

7050

ADP Components

Cray Inc.

5995

Cable, Cord, and Wire Assemblies: Communications Equipment

Cray Inc.

6015

Fiber Optic Cables

Cray Inc.

6020

Fiber Optic Cable Assemblies and Harnesses

Cray Inc.

6145

Wire and Cable, Electrical

Cray Inc.

5810

Communications Security Equipment and Components

Cray Inc.

5895

Miscellaneous Communications Equipment

Cray Inc.

N070

Installation/Deinstallation/Reinstallation of Equipment

Cray Inc.

 


 

TERMS AND CONDITIONS

SPECIAL ITEM NUMBER 132-8

 

 

1. Order

 

Written orders, EDI orders (GSA Advantage!), credit card orders, and orders placed under blanket purchase agreements (BPA) agreements shall be the basis for purchase in accordance with the provisions of this contract. If time of delivery extends beyond the expiration date of the contract, the Contractor will be obligated to meet the delivery and installation date specified in the original order.

 

2. Transportation of Equipment

Prices do not cover equipment delivery to destination, for any location within the geographic scope of this contract.

 

a. Prices offered must cover delivery as provided below to destinations located within the 48 contiguous States and the District of Columbia.

 

(1) Delivery to the door of the specified Government activity by freight or express common carriers on articles for which store-door delivery is provided, free or subject to a charge, pursuant to regularly published tariffs duly filed with the Federal and/or State regulatory bodies governing such carrier; or, at the option of the Contractor, by parcel post on mailable articles, or by the Contractor's vehicle. Where store-door delivery is subject to a charge, the Contractor shall (a) place the notation "Delivery Service Requested" on bills of lading covering such shipments, and (b) pay such charge and add the actual cost thereof as a separate item to his invoice.

 

(2) Delivery to siding at destinations when specified by the ordering office, if delivery is not covered under paragraph (a)(1), above.

 

(3) Delivery to the freight station nearest destination when delivery is not covered under paragraph (a)(1) or (a)(2), above.

 

b. The offeror is requested to indicate below whether or not prices submitted cover delivery f.o.b. destination in Alaska, Hawaii, and the Commonwealth of Puerto Rico.

 

(Yes) (No)

Alaska X

Hawaii X

Puerto Rico X

 

c. When deliveries are made to destinations outside the contiguous 48 States; i.e., Alaska, Hawaii, and the Commonwealth of Puerto Rico, and are not covered by paragraph (b), above, the following conditions will apply:

 

(1) Delivery will be f.o.b. inland carrier, point of exportation (FAR 52.247-38 [SEE C.2]), with the transportation charges to be paid by the Government from point of exportation to destination in Alaska, Hawaii, or the Commonwealth of Puerto Rico, as designated by the ordering office. The Contractor shall add the actual cost of transportation to destination from the point of exportation in the 48 contiguous States nearest to the designated destination. Such costs will, in all cases, be based upon the lowest regularly established rates on file with the Interstate Commerce Commission, the U.S. Maritime Commission (if shipped by water), or any State regulatory body, or those published by the U.S. Postal Service; and must be supported by paid freight or express receipt or by a statement of parcel post charges including weight of shipment.

 

(2) The right is reserved to ordering agencies to furnish Government bills of lading.

 

d. Ordering offices will be required to pay differential between freight charges and express charges where express deliveries are desired by the Government.

 

3. Installation and Technical Services

 

a. Installation, Deinstallation, Reinstallation

 

The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which theUnited States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis-Bacon Act applies.

 

The requisitioning activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 132-8.

 

 

ab. Installation

 

New Equipment. The Equipment will be newly manufactured unless otherwise specified. Contractor may include used components in newly manufactured equipment and may use such equipment in its testing and development programs, provided that such components and equipment are warranted to perform as new.

 

Site Preparation and Shipment. Contractor will deliver Site Instructions to Government in accordance with the schedule agreed to in writing by the parties. Government will have the site timely prepared to receive the Equipment in accordance with Contractor s Site Instructions at no charge to Contractor. Immediately following notice from Government that site preparation is complete, Contractor shall inspect the installation site and either confirm in writing that the site is ready for installation, or provide Government with written notice of additional steps needed to complete site preparation. The process will be continued until site preparation is complete. Contractor will prepay and Government will reimburse Contractor for transportation and transportation insurance charges. Contractor will arrange and pay for the movement of the Equipment from the common carrier to its proper location in the computer room and Government shall reimburse Contractor for any incidental expenses it incurs while installing the Equipment.

 

bc. Operating and Maintenance Manuals

 

Manuals and Documentation. Manuals and documentation will be provided online. A copy may be printed and duplicated for Government s own internal use if the copy clearly includes all of the proprietary notices of the original.

 

4. Inspection/Acceptance

 

The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any equipment that has been tendered for acceptance. The Government may require repair or replacement of nonconforming equipment at no increase in contract price. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

 

5. Warranty

 

a. Unless specified otherwise in this contract, the Contractor s standard commercial warranty as stated in the contract s commercial pricelist will apply to this contract.

 

Equipment Warranty and Remedy. Contractor warrants to Government that on the Installation Date the Equipment will: (i) be in good working order and free of error or defect that materially impairs use; and (ii) conform in all material respects to Contractor s published specifications for such Equipment. If the Equipment does not conform to this warranty, Contractor will, as Government s sole and exclusive remedy, deliver a replacement for the nonconforming Equipment within thirty (30) business days from Contractor s receipt of notification from Government of the nonconformance. If Contractor cannot with commercially reasonable efforts deliver the replacement Equipment within such thirty (30) business day period, Contractor shall, prior to the expiration of such period, deliver to Government a written schedule for delivery of the replacement and use its commercially reasonable, diligent efforts to comply with such schedule.

 

Warranty Exclusions. The Equipment warranty provided in this Agreement does not apply to defects resulting from (i) improper or inadequate maintenance by Government; (ii) modification of the Equipment in a manner which is not expressly authorized in writing by Contractor; (iii) damage caused by misuse of the Equipment; (iv) use of Government supplied parts, software or interfacing with Equipment provided such use was not consistent with Contractor s published specifications or otherwise authorized in writing by Contractor; or (v) operation outside the environmental specification for the Equipment.

 

Risk of Loss or Damage. Contractor assumes all risks of loss of or damage to the Equipment until delivery to Government s facility. Upon delivery to Government s facility Government will assume all responsibility of loss or damage to the Equipment, including, but not limited to, damage caused by: (i) nuclear radiation, reaction, or contamination; (ii) negligence of Government; (iii) improper use of Equipment by Government; and (iv) causes external to the Equipment beyond the tolerances of the Equipment per Contractor s published specifications.

 

b. Limitation of Liability

 

Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for any special, incidental, indirect or consequential damages resulting from any defect or deficiencies in accepted items.

 

6. Purchase Price for Ordered Equipment

 

The purchase price that the Government will be charged will be the Government purchase price in effect at the time of order placement, or the Government purchase price in effect on the installation date (or delivery date when installation is not applicable), whichever is less.

 

7. Responsibilities of the Contractor

 

The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering work of this character, and shall include all costs, if any, of such compliance in the prices quoted in this offer.

 

8. Trade-In of Information Technology Equipment

 

When an agency determines that Information Technology equipment will be replaced, the agency shall follow the contracting policies and procedures in the Federal Acquisition Regulation (FAR), the policies and procedures regarding disposition of information technology excess personal property in the Federal Property Management Regulations (FPMR) (41 CFR 101-43.6), and the policies and procedures on exchange/sale contained in the FPMR (41 CFR part 101-46).

 


 

GSA RATES/PRICING

SIN 132-8

 

MANUFACTURER PRODUCT NUMBER

PRODUCT DESCRIPTION

GSA PRICE

X1-LC-CAB-Base

Cray X1 LC Supercomputer Cabinet (does not include memory, CPUs, or IO) - First Cabinet

$1,289,477

X1-LC-CAB-2-16

Additional Cray X1 LC Supercomputer Cabinet 2 thru 16.

$1,289,477

X1-AC-CAB

Cray X1 AC Supercomputer Cabinet. Does not include memory, CPUs, or IO.

$322,397

X1-CPU-MOD-1-8

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 1 thru 8

$442,014

X1-CPU-MOD-9-16

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 9 thru 16

$442,014

X1-CPU-MOD-17-32

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 17 thru 32

$442,014

X1-CPU-MOD-33-64

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 33 thru 64

$442,014

X1-MEM-16GB-1-8

16GB Memory for one X1 CPU Module - modules 1 thru 8

$64,213

X1-MEM-16GB-9-16

16GB Memory for one X1 CPU Module - modules 9 thru 16

$64,213

X1-MEM-16GB-17-32

16GB Memory for one X1 CPU Module - modules 17 thru 32

$64,213

X1-MEM-16GB-33-64

16GB Memory for one X1 CPU Module - modules 33 thru 64

$64,213

CB-100-1-8

CB-100 Fibre Channel RAID Control Brick(s) 1 thru 8

$48,139

CB-100-9-16

CB-100 Fibre Channel RAID Control Brick(s) 9 thru 16

$48,139

CB-100-17-32

CB-100 Fibre Channel RAID Control Brick(s) 17 thru 32

$48,139

CB-200-1-8

CB-200 Fibre Channel RAID Control Brick(s) 1 thru 8

$50,550

CB-200-9-16

CB-200 Fibre Channel RAID Control Brick(s) 9 thru 16

$50,550

CB-200-17-32

CB-200 Fibre Channel RAID Control Brick(s) 17 thru 32

$50,550

SB-201-1-8

SB-201 Storage Brick 14-bay Tray(s) with 14 73 GB Disk Drives and 2 FC Cables. Trays 1 thru 8. 1TB Gross.

$20,011

SB-201-9-16

SB-201 Storage Brick 14-bay Tray(s) with 14 73 GB Disk Drives and 2 FC Cables. Trays 9 thru 16. 1TB Gross.

$20,011

SB-201-17-32

SB-201 Storage Brick 14-bay Tray(s) with 14 73 GB Disk Drives and 2 FC Cables. Trays 17 thru 32. 1TB Gross.

$20,011

SB-202-1-8

SB-202 Storage Brick 14-bay Tray(s) with 14 144 GB Disk Drives and 2 FC Cables. Trays 1 thru 8. 2TB Gross.

$25,637

SB-202-9-16

SB-202 Storage Brick 14-bay Tray(s) with 14 144 GB Disk Drives and 2 FC Cables. Trays 9 thru 16. 2TB Gross.

$25,637

SB-202-17-32

SB-202 Storage Brick 14-bay Tray(s) with 14 144 GB Disk Drives and 2 FC Cables. Trays 17 thru 32. 2TB Gross.

$25,637

X1-IO-CAB

IOC Cabinet

$29,655

X1-IO-DWR

IOCA Drawer

$31,263

X1-PERIPH-CAB-1-5

PC-20 Peripheral Cabinet - 1 thru 5

$18,404

X1-PERIPH-CAB-6-8

PC-20 Peripheral Cabinet - 6 thru 8

$18,404

X1-PES

Programming Environment Server

$60,194

RS-CAB-SYS-3U

First System Cabinet for 3 cage, underside cooling, includes Z-cables and System Management Support.

$213,035

RS-CAB-ACX-3U

Additional System Cabinet in first row for 3 cage, underside cooling, includes Z-cables and X-cables

$165,072

RS-CAB-NRY-3U

First System Cabinet in a New Row, for 3 cage, underside cooling, includes Z-cables and Y-cables

$148,163

RS-CAB-FXY-3U

Additional Interior System Cabinet in New Rows, for 3 shelf, underside cooling, includes Z-cables, X-cables and Y-cables

$180,141

RS-CPM-44A

Compute Module, 4 x CPU Rev A skt, 4 x SS, no CPU, no memory, per Module

$17,881

RS-SVM-24A

Services Module, 2 x CPU Rev A skt, 4 x SS, 3 x PCI-X, no CPU, no memory, per Module

$22,390

RS-FC-HBA

Fibre Channel Host Bus Adapter

$4,082

RS-GIGE-10

10 GigE

$9,451

RS-GIGE-1

GigE

$1,671

RS-SCP-22A

AMD Processor with minimum 2.2 GHz per Processor

$804

RS-M-1G-18B

1 GB DIMM, 18 x 512 mbit part, per DIMM

$386

RS-RS-RAID-146F

FC RAID drive set (146 GB drives): 6 tiers of 8+1 RAID and one global spare - approx 7 Tbytes unformatted data capacity

$69,115

RS-RS-RBSW

Red-Black Switch Cabinet Pair. Includes X-cables

$124,455

RS-IO-CAB

I/O Cabinet

$9,355

RS-RAID-C8

FC RAID Controller (cuplet) with FC cables

$102,998

X1E-CPU-MOD-1-8

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 1 thru 8

$482,198

X1E-CPU-MOD-9-16

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 9 thru 16

$482,198

X1E-CPU-MOD-17-32

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 17 thru 32

$482,198

X1E-CPU-MOD-33-64

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 33 thru 64

$482,198

X1-MEM-32GB-1-8

32GB Memory for one X1 CPU Module - modules 1 thru 8

$130,917

X1-MEM-32GB-9-16

32GB Memory for one X1 CPU Module - modules 9 thru 16

$130,917

X1-MEM-32GB-17-32

32GB Memory for one X1 CPU Module - modules 17 thru 32

$130,917

X1-MEM-32GB-33-64

32GB Memory for one X1 CPU Module - modules 33 thru 64

$130,917

X1-CNS-2

Cray Network Server for GB

$15,993

CNS-FIBRE-ETHER

Fibre Gigabit Ethernet Adapter for the CNS-2 (aka CNS-GB-ETHER)

$956

CNS-COPPER-ETHER

Copper Gigabit Ethernet Adapter for the CNS-2

$956

P-HIPPI-MODEM2

Dual Channel Modem to convert parallel HIPPI to serial HIPPI.

$6,429

CNS-3

Cray Network Server for GR Systems

$15,270

 


 

Special Item Number 132-12

MAINTENANCE OF HARDWARE

 

Products/Services Offered

 

FSC Class/

FPDS Code

Products/Services

Manufacturer

J070

Maintenance and Repair Service

Cray Inc.

 

 

 


 

TERMS AND CONDITIONS

SPECIAL ITEM NUMBER 132-12

 

1. Service Areas

 

Travel Zones

 

If Government s site is located more than one hundred and twenty-five (125) miles or two hundred (200) kilometers, or if Government has selected Contractor Premium Support, then more than fifty (50) miles or eighty (80) kilometers, from a Contractor service office, the services provided under this Agreement may be subject to additional charges, longer response times, and/or reduced coverage hours.

 

2. Maintenance Order

 

a. The Contractor shall honor orders for maintenance for the duration of the contract period or a lessor period of time, for the equipment shown in the pricelist. Maintenance service shall commence on a date as specified in contract. Orders for maintenance service shall not extend beyond the end of the contract period.

 

ab. . Agencies may use written orders, EDI orders (GSA Advantage!), or BPAs, for ordering maintenance under this contract.Agencies may use written orders, EDI orders (GSA Advantage!), credit card orders, blanket purchase agreements (BPAs), or small order procedures for ordering repair service and/or repair parts/spare parts under this contract. Orders for repair service shall not extend beyond the end of the contract period.

 

c. Annual Funding. When annually appropriated funds are cited on a maintenance order, the period of maintenance shall automatically expire on September 30th of the contract period, or at the end of the contract period, whichever occurs first. Renewal of a maintenance order citing the new appropriation shall be required, if maintenance is to continue during any remainder of the contract period.

 

d. Cross-year Funding Within Contract Period. Where an ordering office's specific appropriation authority provides for funds in excess of a 12 month, fiscal year period, the ordering office may place an order under this schedule contract for a period up to the expiration of the contract period, notwithstanding the intervening fiscal years.

 

e. Ordering offices should notify the Contractor in writing thirty (30) calendar days prior to the expiration of maintenance service, if maintenance is to be terminated at that time. Orders for continued maintenance will be required if maintenance is to be continued during the subsequent period.

 

3. Loss or Damage

 

When the Contractor removes equipment to his establishment for repairs, the Contractor shall be responsible for any damage or loss, from the time the equipment is removed from the Government installation, until the equipment is returned to such installation.

 

4. Scope

 

a. The Contractor shall provide maintenance for all equipment listed herein, as requested by the Government agency during the contract term. Repair service and repair parts/spare parts shall apply exclusively to the equipment types/models within the scope of this Information Technology Schedule.

 

b. Equipment placed under maintenance service shall be in good operating condition.

 

(1) In order to determine that the equipment is in good operating condition, the equipment shall be subject to inspection by the Contractor, without charge to the Government.

 

(2) Costs of any repairs performed for the purpose of placing the equipment in good operating condition shall be borne by the Contractor, if the equipment was under the Contractor's guarantee/warranty or maintenance responsibility prior to the effective date of the maintenance order.

 

(3) If the equipment was not under the Contractor's responsibility, the costs necessary to place the equipment in proper operating condition are to be borne by the Government, in accordance with the provisions of Special Item Number 132-12.

 

5. Responsibilities of the Government

 

Facility Environment

 

Government will ensure that Product is installed in a location meeting the environmental conditions specified in Contractor s User s Guide which will be made available to Government prior to the installation of any Equipment or Software, and which will not be unreasonably modified or changed by Contractor.

 

Notification of Failures

 

Government will promptly notify Contractor of any Equipment failures, and provide to Contractor full and free access to the Equipment (subject to Government s reasonable security rules), reasonable working and storage space, heat, cooling, light, electric power, and telephone services for business use.

 

User Maintenance Operations

 

Government will perform any user maintenance operations on Equipment authorized by Contractor, including, but not limited to, cleaning Equipment, performing operating checks and diagnostics, and other tasks described in Contractor s User s Guide or other Contractor manuals provided with the Product; and maintain at least one (1) current backup copy of all Licensed Software.

 

Restriction on Relocation

 

Government will not move Product supported by Contractor without providing prior written notice to Contractor.

 

Payment of Charges

 

Government will pay Contractor s then current time, travel, per diem rates, and charges for any materials used by Contractor in the reinstallation of Product, and will make any required shipping arrangements and pay any charges for transportation of such Product to the new installation site.

 

Notification of Problems

 

Government will promptly notify Contractor of any failures or bugs in the Product, and give Contractor any reasonable assistance requested by Contractor in performing its obligations hereunder, including cooperation with Contractor s support personnel in performing reasonable Product testing, and allowing access to the Product and information relating to any problem Government reports to Contractor.

 

6. Responsibilities of the Contractor

 

Telephone Support

 

Telephone support includes toll-free access to the Contractor s support number during the PPM. Contractor will work with Government to remotely diagnose and identify Products not performing in accordance with Contractor s written specifications, and will provide to Government limited technical assistance regarding Government s use of Products and related documentation.

 

On-site Equipment Support

 

Remedial Maintenance. Contractor will keep Equipment in good working condition and repair (performing as per Contractor s published Equipment specifications current on the date that such Equipment was first installed) during normal use by replacing defective parts at Government s request. If a problem requires that a Contractor support engineer ( CSE ) go to Government s site, Contractor will dispatch a CSE to arrive at Government s site during the PPM hours of the next business day after problem report, unless Contractor has agreed to a quicker response time in this Agreement.

 

Preventive Maintenance. Contractor shall provide preventative maintenance to Government by making periodic inspections, tests, and adjustments to the Equipment, other than Government-performed maintenance as set forth in this Agreement, at times and to the extent required at Contractor s sole discretion, scheduled at a mutually acceptable time.

 

Installation. Contractor will install all Products which are non-Government installable included by Government for coverage under this Agreement.

 

Contractor Supplied Products. Support includes all necessary parts, labor and test equipment required to keep equipment in normal operating condition. For some equipment, Contractor may keep a supply of Contractor-owned spare parts at the Government s installation site. All parts will be new or warranted to perform as new. Parts that are retained by Government for security reasons shall be purchased by Government at Contractor s then-current replacement price, price listed in current schedule, less applicable discounts.

 

7. Product Relocation

 

The Support prices for Products that have been relocated will be Contractor s then-current prices at price listed in current schedule for Support at the new location, including any applicable location surcharges. If Government does not purchase Contractor s de-installation/re-installation services, Government agrees that Contractor will not be required to resume Support on the relocated Product until Contractor has completed an inspection on such Product and any remedial maintenance or other work that Contractor reasonably deems necessary to return such Product to operating condition, at Government s expense.

 


 

GSA RATES/PRICING

SIN 132-12

 

MANUFACTURER

PRODUCT NUMBER

PRODUCT DESCRIPTION

GSA PRICE

Service For:

Cray X1 LC Supercomputer Cabinet (does not include memory, CPUs, or IO) - First Cabinet

 

X1-LC-CAB-Base-S1

Basic Service per month

$4,462

X1-LC-CAB-Base-S2

Premium Service per month

$5,354

X1-LC-CAB-Base-S3

Full 7x24 coverage per month

$8,032

Service For:

Additional Cray X1 LC Supercomputer Cabinet 2 thru 16.

 

X1-LC-CAB-2-16-S1

Basic Service per month

$956

X1-LC-CAB-2-16-S2

Premium Service per month

$1,148

X1-LC-CAB-2-16-S3

Full 7x24 coverage per month

$1,721

Service For:

Cray X1 AC Supercomputer Cabinet. Does not include memory, CPUs, or IO.

 

X1-AC-CAB-S1

Basic Service per month

$2,868

X1-AC-CAB-S2

Premium Service per month

$3,442

X1-AC-CAB-S3

Full 7x24 coverage per month

$5,163

Service For:

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 1 thru 8

 

X1-CPU-MOD-1-8-S1

Basic Service per month

$1,271

X1-CPU-MOD-1-8-S2

Premium Service per month

$1,525

X1-CPU-MOD-1-8-S3

Full 7x24 coverage per month

$2,288

Service For:

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 9 thru 16

 

X1-CPU-MOD-9-16-S1

Basic Service per month

$681

X1-CPU-MOD-9-16-S2

Premium Service per month

$817

X1-CPU-MOD-9-16-S3

Full 7x24 coverage per month

$1,225

Service For:

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 17 thru 32

 

X1-CPU-MOD-17-32-S1

Basic Service per month

$609

X1-CPU-MOD-17-32-S2

Premium Service per month

$729

X1-CPU-MOD-17-32-S3

Full 7x24 coverage per month

$1,094

Service For:

Cray X1 Node Module with four 12.8 GFLOPS CPUs - modules 33 thru 64

 

X1-CPU-MOD-33-64-S1

Basic Service per month

$500

X1-CPU-MOD-33-64-S2

Premium Service per month

$599

X1-CPU-MOD-33-64-S3

Full 7x24 coverage per month

$899

Service For:

16GB Memory for one X1 CPU Module - modules 1 thru 8

 

X1-MEM-16GB-1-8-S1

Basic Service per month

$157

X1-MEM-16GB-1-8-S2

Premium Service per month

$188

X1-MEM-16GB-1-8-S3

Full 7x24 coverage per month

$282

Service For:

16GB Memory for one X1 CPU Module - modules 9 thru 16

 

X1-MEM-16GB-9-16-S1

Basic Service per month

$ 85

X1-MEM-16GB-9-16-S2

Premium Service per month

$101

X1-MEM-16GB-9-16-S3

Full 7x24 coverage per month

$151

Service For:

16GB Memory for one X1 CPU Module - modules 17 thru 32

 

X1-MEM-16GB-17-32-S1

Basic Service per month

$ 75

X1-MEM-16GB-17-32-S2

Premium Service per month

$ 90

X1-MEM-16GB-17-32-S3

Full 7x24 coverage per month

$135

Service For:

16GB Memory for one X1 CPU Module - modules 33 thru 64

 

X1-MEM-16GB-33-64-S1

Basic Service per month

$ 61

X1-MEM-16GB-33-64-S2

Premium Service per month

$ 74

X1-MEM-16GB-33-64-S3

Full 7x24 coverage per month

$ 110

Service For:

CB-100 Fibre Channel RAID Control Brick(s) 1 thru 8

 

CB-100-1-8-S1

Basic Service per month

$58

CB-100-1-8-S2

Premium Service per month

$70

CB-100-1-8-S3

Full 7x24 coverage per month

$105

Service For:

CB-100 Fibre Channel RAID Control Brick(s) 9 thru 16

 

CB-100-9-16-S1

Basic Service per month

$51

CB-100-9-16-S2

Premium Service per month

$61

CB-100-9-16-S3

Full 7x24 coverage per month

$93

Service For:

CB-100 Fibre Channel RAID Control Brick(s) 17 thru 32

 

CB-100-17-32-S1

Basic Service per month

$45

CB-100-17-32-S2

Premium Service per month

$54

CB-100-17-32-S3

Full 7x24 coverage per month

$82

Service For:

CB-200 Fibre Channel RAID Control Brick(s) 1 thru 8

 

CB-200-1-8-S1

Basic Service per month

$58

CB-200-1-8-S2

Premium Service per month

$70

CB-200-1-8-S3

Full 7x24 coverage per month

$105

Service For:

CB-200 Fibre Channel RAID Control Brick(s) 9 thru 16

 

CB-200-9-16-S1

Basic Service per month

$51

CB-200-9-16-S2

Premium Service per month

$61

CB-200-9-16-S3

Full 7x24 coverage per month

$93

Service For:

CB-200 Fibre Channel RAID Control Brick(s) 17 thru 32

 

CB-200-17-32-S1

Basic Service per month

$45

CB-200-17-32-S2

Premium Service per month

$54

CB-200-17-32-S3

Full 7x24 coverage per month

$82

Service For:

SB-201 Storage Brick 14-bay Tray(s) with 14 73 GB Disk Drives and 2 FC Cables. Trays 1 thru 8. 1TB Gross.

 

SB-201-1-8-S1

Basic Service per month

$85

SB-201-1-8-S2

Premium Service per month

$101

SB-201-1-8-S3

Full 7x24 coverage per month

$151

Service For:

SB-201 Storage Brick 14-bay Tray(s) with 14 73 GB Disk Drives and 2 FC Cables. Trays 9 thru 16. 1TB Gross.

 

SB-201-9-16-S1

Basic Service per month

$81

SB-201-9-16-S2

Premium Service per month

$97

SB-201-9-16-S3

Full 7x24 coverage per month

$144

Service For:

SB-201 Storage Brick 14-bay Tray(s) with 14 73 GB Disk Drives and 2 FC Cables. Trays 17 thru 32. 1TB Gross.

 

SB-201-17-32-S1

Basic Service per month

$69

SB-201-17-32-S2

Premium Service per month

$83

SB-201-17-32-S3

Full 7x24 coverage per month

$124

Service For:

SB-202 Storage Brick 14-bay Tray(s) with 14 144 GB Disk Drives and 2 FC Cables. Trays 1 thru 8. 2TB Gross.

 

SB-202-1-8-S1

Basic Service per month

$85

SB-202-1-8-S2

Premium Service per month

$101

SB-202-1-8-S3

Full 7x24 coverage per month

$151

Service For:

SB-202 Storage Brick 14-bay Tray(s) with 14 144 GB Disk Drives and 2 FC Cables. Trays 9 thru 16. 2TB Gross.

 

SB-202-9-16-S1

Basic Service per month

$81

SB-202-9-16-S2

Premium Service per month

$97

SB-202-9-16-S2

Full 7x24 coverage per month

$144

Service For:

SB-202 Storage Brick 14-bay Tray(s) with 14 144 GB Disk Drives and 2 FC Cables. Trays 17 thru 32. 2TB Gross.

 

SB-202-17-32-S1

Basic Service per month

$69

SB-202-17-32-S2

Premium Service per month

$83

SB-202-17-32-S3

Full 7x24 coverage per month

$124

Service For:

IOC Cabinet

 

X1-IO-CAB-S1

Basic Service per month

$100

X1-IO-CAB-S2

Premium Service per month

$119

X1-IO-CAB-S3

Full 7x24 coverage per month

$179

Service For:

IOCA Drawer

 

X1-IO-DWR-S1

Basic Service per month

$103

X1-IO-DWR-S2

Premium Service per month

$123

X1-IO-DWR-S3

Full 7x24 coverage per month

$184

Service For:

PC-20 Peripheral Cabinet - 1 thru 5

 

X1-PERIPH-CAB-1-5-S1

Basic Service per month

$15

X1-PERIPH-CAB-1-5-S2

Premium Service per month

$18

X1-PERIPH-CAB-1-5-S3

Full 7x24 coverage per month

$27

Service For:

PC-20 Peripheral Cabinet - 6 thru 8

 

X1-PERIPH-CAB-6-8-S1

Basic Service per month

$11

X1-PERIPH-CAB-6-8-S2

Premium Service per month

$14

X1-PERIPH-CAB-6-8-S3

Full 7x24 coverage per month

$20

Service For:

Programming Environment Server

 

X1-PES-S1

Basic Service per month

$197

X1-PES-S2

Premium Service per month

$237

X1-PES-S3

Full 7x24 coverage per month

$356

Service For:

First System Cabinet for 3 cage, underside cooling, includes Z-cables and System Management Support.

 

RS-CAB-SYS-3U-S1

Basic Service per month

$2,745

RS-CAB-SYS-3U-S2

Premium Service per month

$3,295

RS-CAB-SYS-3U-S3

Full 7x24 coverage per month

$4,942

Service For:

Additional System Cabinet in first row for 3 cage, underside cooling, includes Z-cables and X-cables

 

RS-CAB-ACX-3U-S1

Basic Service per month

$851

RS-CAB-ACX-3U-S2

Premium Service per month

$1,022

RS-CAB-ACX-3U-S3

Full 7x24 coverage per month

$1,531

Service For:

First System Cabinet in a New Row, for 3 cage, underside cooling, includes Z-cables and Y-cables

 

RS-CAB-NRY-3U-S1

Basic Service per month

$764

RS-CAB-NRY-3U-S2

Premium Service per month

$917

RS-CAB-NRY-3U-S3

Full 7x24 coverage per month

$1,375

Service For:

Additional Interior System Cabinet in New Rows, for 3 shelf, underside cooling, includes Z-cables, X-cables and Y-cables

 

RS-CAB-FXY-3U-S1

Basic Service per month

$929

RS-CAB-FXY-3U-S2

Premium Service per month

$1,114

RS-CAB-FXY-3U-S3

Full 7x24 coverage per month

$1,671

Service For:

Compute Module, 4 x CPU Rev A skt, 4 x SS, no CPU, no memory, per Module

 

RS-CPM-44A-S1

Basic Service per month

$92

RS-CPM-44A-S2

Premium Service per month

$111

RS-CPM-44A-S3

Full 7x24 coverage per month

$166

Service For:

Services Module, 2 x CPU Rev A skt, 4 x SS, 3 x PCI-X, no CPU, no memory, per Module

 

RS-SVM-24A-S1

Basic Service per month

$116

RS-SVM-24A-S2

Premium Service per month

$138

RS-SVM-24A-S3

Full 7x24 coverage per month

$208

Service For:

Fibre Channel Host Bus Adapter

 

RS-FC-HBA-S1

Basic Service per month

$21

RS-FC-HBA-S2

Premium Service per month

$25

RS-FC-HBA-S3

Full 7x24 coverage per month

$38

Service For:

10 GigE

 

RS-GIGE-10-S1

Basic Service per month

$48

RS-GIGE-10-S2

Premium Service per month

$58

RS-GIGE-10-S3

Full 7x24 coverage per month

$88

Service For:

GigE

 

RS-GIGE-1-S1

Basic Service per month

$9

RS-GIGE-1-S2

Premium Service per month

$10

RS-GIGE-1-S3

Full 7x24 coverage per month

$15

Service For:

AMD Processor with minimum 2.2 GHz per Processor

 

RS-SCP-22A-S1

Basic Service per month

$4

RS-SCP-22A-S2

Premium Service per month

$5

RS-SCP-22A-S3

Full 7x24 coverage per month

$7

Service For:

1 GB DIMM, 18 x 512 mbit part, per DIMM

 

RS-M-1G-18B-S1

Basic Service per month

$2

RS-M-1G-18B-S2

Premium Service per month

$2

RS-M-1G-18B-S3

Full 7x24 coverage per month

$4

Service For:

FC RAID drive set (146 GB drives): 6 tiers of 8+1 RAID and one global spare - approx 7 Tbytes unformatted data capacity

 

RS-RS-RAID-146F-S1

Basic Service per month

$357

RS-RS-RAID-146F-S2

Premium Service per month

$427

RS-RS-RAID-146F-S3

Full 7x24 coverage per month

$642

Service For:

Red-Black Switch Cabinet Pair. Includes X-cables

 

RS-RED-BLACK-SW-S1

Basic Service per month

$642

RS-RED-BLACK-SW-S2

Premium Service per month

$770

RS-RED-BLACK-SW-S3

Full 7x24 coverage per month

$1,155

Service For:

I/O Cabinet

 

RS-IO-CAB-S1

Basic Service per month

$48

RS-IO-CAB-S2

Premium Service per month

$57

RS-IO-CAB-S3

Full 7x24 coverage per month

$87

Service For:

FC RAID Controller (cuplet) with FC cables

 

RS-RAID-C8-S1

Basic Service per month

$531

RS-RAID-C8-S2

Premium Service per month

$637

RS-RAID-C8-S3

Full 7x24 coverage per month

$956

Service For:

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 1 thru 8

 

X1E-CPU-MOD-1-8-S1

Basic Service per month

$1,271

X1E-CPU-MOD-1-8-S2

Premium Service per month

$1,525

X1E-CPU-MOD-1-8-S3

Full 7x24 coverage per month

$2,288

Service For:

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 9 thru 16

 

X1E-CPU-MOD-9-16-S1

Basic Service per month

$681

X1E-CPU-MOD-9-16-S2

Premium Service per month

$817

X1E-CPU-MOD-9-16-S3

Full 7x24 coverage per month

$1,225

Service For:

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 17 thru 32

 

X1E-CPU-MOD-17-32-S1

Basic Service per month

$609

X1E-CPU-MOD-17-32-S2

Premium Service per month

$729

X1E-CPU-MOD-17-32-S3

Full 7x24 coverage per month

$1,094

Service For:

Cray X1E Node Module with four 19.2 GFLOPS CPUs - modules 33 thru 64

 

X1E-CPU-MOD-33-64-S1

Basic Service per month

$500

X1E-CPU-MOD-33-64-S2

Premium Service per month

$599

X1E-CPU-MOD-33-64-S3

Full 7x24 coverage per month

$899

Service For:

32GB Memory for one X1 CPU Module - modules 1 thru 8

 

X1-MEM-32GB-1-8-S1

Basic Service per month

$408

X1-MEM-32GB-1-8-S2

Premium Service per month

$490

X1-MEM-32GB-1-8-S3

Full 7x24 coverage per month

$733

Service For:

32GB Memory for one X1 CPU Module - modules 9 thru 16

 

X1-MEM-32GB-9-16-S1

Basic Service per month

$218

X1-MEM-32GB-9-16-S2

Premium Service per month

$262

X1-MEM-32GB-9-16-S3

Full 7x24 coverage per month

$392

Service For:

32GB Memory for one X1 CPU Module - modules 17 thru 32

 

X1-MEM-32GB-17-32-S1

Basic Service per month

$195

X1-MEM-32GB-17-32-S2

Premium Service per month

$234

X1-MEM-32GB-17-32-S3

Full 7x24 coverage per month

$351

Service For:

32GB Memory for one X1 CPU Module - modules 33 thru 64

 

X1-MEM-32GB-33-64-S1

Basic Service per month

$160

X1-MEM-32GB-33-64-S2

Premium Service per month

$191

X1-MEM-32GB-33-64-S3

Full 7x24 coverage per month

$288

Service For:

Cray Network Server for GB

 

X1-CNS-2-S1

Basic Service per month

$46

X1-CNS-2-S2

Premium Service per month

$55

X1-CNS-2-S3

Full 7x24 coverage per month

$85

Service For:

Fibre Gigabit Ethernet Adapter for the CNS-2 (aka CNS-GB-ETHER)

 

CNS-FIBRE-ETHER-S1

Basic Service per month

$8

CNS-FIBRE-ETHER-S2

Premium Service per month

$9

CNS-FIBRE-ETHER-S3

Full 7x24 coverage per month

$14

Service For:

Copper Gigabit Ethernet Adapter for the CNS-2

 

CNS-COPPER-ETHER-S1

Basic Service per month

$8

CNS-COPPER-ETHER-S2

Premium Service per month

$9

CNS-COPPER-ETHER-S3

Full 7x24 coverage per month

$14

Service For:

Dual Channel Modem to convert parallel HIPPI to serial HIPPI.

 

P-HIPPI-MODEM2-S1

Basic Service per month

$53

P-HIPPI-MODEM2-S2

Premium Service per month

$64

P-HIPPI-MODEM2-S3

Full 7x24 coverage per month

$97

Service For:

Cray Network Server for GR Systems

 

CNS-3-S1

Basic Service per month

$46

CNS-3-S2

Premium Service per month

$55

CNS-3-S3

Full 7x24 coverage per month

$85

Assoc-Consultant-3-Month

Associate Technical Consultant, Associate Integration Specialist Hourly Rate, Up to 3 months

$152

Assoc-Consultant-9-Month

Associate Technical Consultant, Associate Integration Specialist Hourly Rate, 3 months to 9 months

$127

Assoc-Consultant-12-Month

Associate Technical Consultant, Associate Integration Specialist Hourly Rate, 9 months to 12 months

$103

Assoc-Consultant-Annual

Associate Technical Consultant, Associate Integration Specialist Annual Rate

$181,064

Consultant-3-Month

Consultant, Project Management Hourly Rate, Up to 3 months

$189

Consultant-9-Month

Consultant, Project Management Hourly Rate, 3 months to 9 months

$159

Consultant-12-Month

Consultant, Project Management Hourly Rate, 9 months to 12 months

$128

Consultant-Annual

Consultant, Project Management Annual Rate

$226,331

On-Site-Engineers-yr-con

Yearly rate for an on-site Engineer when there is an existing service contract

$170,687

On-Site-Engineers-mn-con

Monthly rate for an on-site Engineer when there is an existing service contract

$17,069

On-Site-Engineers-hr-con

Hourly rate for an on-site Engineer when there is an existing service contract

$170

On-Site-Engineers-yr-no

Yearly rate for an on-site Engineer when there is not an existing service contract

$208,617

On-Site-Engineers-mn-no

Monthly rate for an on-site Engineer when there is not an existing service contract

$20,861

On-Site-Engineers-hr-no

Hourly rate for an on-site Engineer when there is not an existing service contract

$209

SV1EX-CLUSTER-SERVICE-BUNDLE

24x7 with 2 hour response monthly service for the 4 node Cray SV1EX cluster

$38,764

SV1-32-CLUSTER-SERVICE-BUNDLE

24x7 with 2 hour response monthly service for a Cray SV1-32 system

$14,908

T3E-7-750-SERVICE-BUNDLE

24x7 with 2 hour response monthy service for a 7 chassis Cray T3E system with up to 750GB of memory.

$103,390

 

 


 

Special Item Number 132-33

PERPETUAL SOFTWARE LICENSES

 

Special Item Number 132-34

MAINTENANCE OF SOFTWARE

 

SIN 132-33 and SIN 132-34 Products/Services Offered

 

FSC Class/

FPDS Code

Products/Services

Manufacturer

7030

Information Technology Software

Cray Inc.

 

 

 

 

 

TERMS AND CONDITIONS

SPECIAL ITEM NUMBERS 132-33 AND 132-34

 

 

1. Inspection/Acceptance

 

The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any software that has been tendered for acceptance. The Government may require repair or replacement of nonconforming software at no increase in contract price. The Government must exercise its postacceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the software, unless the change is due to the defect in the software.

 

 

12. Guarantee/Warranty

 

Warranty

 

Contractor warrants that, for a period of thirty (30) days after its Acceptance, the Licensed Software will substantially conform to the specifications set forth the documentation for the Licensed Software.

 

Remedy

 

In the event of any breach of this warranty, Contractor s sole obligation and Government s sole remedy will be to use commercially reasonable, diligent efforts to provide such patches, modifications or other remedies as are reasonably necessary to resolve the nonconformity in the Licensed Software.

 

Limitations

 

Except for the foregoing warranty, the software is licensed to Government as is, and all other warranties with respect to the software, express or implied, are hereby disclaimed and excluded by Contractor, including without limitation any warranty of merchantability, fitness for a particular purpose or use, or freedom of the software from infringement of the intellectual property rights of others, and all obligations or liabilities on the part of Contractor for damages arising out of or in connection with the use, maintenance or performance of the software.

 

Contractor shall have no liability for any loss or damage arising out of or relating to the software or its use by Government, or any other performance under or pursuant to this agreement (including liability for negligence) except for the gross negligence or willful misconduct of Contractor.

 

 

Software Propietary to Contractor

 

Government understands and agrees that the Licensed Software will remain the property of and proprietary to Contractor or Cray Inc. At Contractor s request and expense, Government will provide reasonable cooperation and assistance to Contractor in any and all legal actions taken by Contractor to protect its rights in the Licensed Software. Contractor will bear all costs and expenses reasonably incurred by Government in the course of cooperating with Contractor in such legal action. Government will take appropriate action by instruction or signed agreements with its employees, users and contractors to satisfy Government s obligations. Government will maintain records of the location of each original and copy of Licensed Software and the serial number of the Equipment on which it is used and will provide such information to Contractor on reasonable notice.

 

Software Patents and Copyrights

 

Parts of the Licensed Software may have been patented or copyrighted by Contractor, Cray Inc., or Contractor s third-party provider. Patent or copyright notices have been included in the Licensed Software for protective purposes, and such notices will not be construed as causing publication of the Licensed Software.

 

23. Technical Services

 

Telephone Support

 

Telephone support includes toll-free access to the Contractor s support number during the PPM. Contractor will work with Government to remotely diagnose and identify Products not performing in accordance with Contractor s written specifications, and will provide to Government limited technical assistance regarding Government s use of Products and related documentation.

 

Licensed Software Support

 

Contractor will process Government s Licensed Software/documentation bug reports and enhancement requests, at Contractor s discretion, and provide Government with status on Government s reports/requests at Government s request.

 

Software Updates

 

Contractor will provide Government with access to updates for Licensed Software that Government has previously licensed from Contractor on the general release of such updates to Contractor s Governments. Government agrees that if Government chooses not to install a Licensed Software update within the later of six (6) months after Government receives it from Contractor or while the revision level is within one revision of the current level, Contractor may limit the Support that Contractor provides for such Licensed Software. Contractor will provide Support for the current major release. Support of the previous major release will continue for a minimum of 3 months and a maximum of 6 months. The period during which the previous major release is supported will depend on Contractor s estimation of the stability of the current major release, which determination will be commercially reasonable. Contractor will only support Licensed Software when used with Equipment configurations consistent with the published specifications for that Licensed Software or otherwise approved in writing by Contractor. Contractor will not change its software support policy relative to Government without providing Government at least six (6) months advance written notice, which notice will not be given during the initial twelve (12) month period of this Agreement. If Contractor does provide such notice Government shall have the right to cancel Support for any effected Licensed Software upon the effective date of such change. Contractor, at its sole discretion, will provide limited support for previous Major Releases. Government will be provided with access to CRInform online technical information.

 

34. Software Maintenance

 

a. Invoices for maintenance service shall be submitted by the Contractor on a quarterly or monthly basis, after the completion of such period. Maintenance charges must be paid in arrears (31 U.S.C. 3324). PROMPT PAYMENT DISCOUNT, IF APPLICABLE, SHALL BE SHOWN ON THE INVOICE.

 

b. Software maintenance service shall include the following:

 

(1) Provision of software updates as they become available from the manufacturer.

 

(2) Provision of software upgrades as they become available from the manufacturer.

 

(3) Provision of hotline technical support services as described in paragraph 3. above.

 

45. Periods of Maintenance (132-34)

 

a. The Contractor shall honor all maintenance agreements for the duration of the contract period.

 

b. Annual Funding. When annually appropriated funds are cited on an order for maintenance, the period of the maintenance shall automatically expire on September 30 of the contract period, or at the end of the contract period, whichever occurs first. Renewal of the maintenance orders citing the new appropriation shall be required, if the maintenance is to be continued during any remainder of the contract period.

 

c. Cross-Year Funding Within Contract Period. Where an ordering office s specific appropriation authority provides for funds in excess of a 12 month (fiscal year) period, the ordering office may place an order under this schedule contract for a period up to the expiration of the contract period, notwithstanding the intervening fiscal years.

 

d. Ordering offices should notify the Contractor in writing thirty (30) calendar days prior to the expiration of an order, if the maintenance is to be terminated at that time. Orders for the continuation of maintenance will be required if the maintenance is to be continued during the subsequent period.

 

76. Utilization Limitations (132-33 and 132-34)

 

a. Software acquisition is limited to commercial computer software defined in FAR Part 2.101.

 

b. When acquired by the Government, commercial computer software and related documentation shall be subject to the following:

 

(1) Title to and ownership of the software and documentation shall remain with the Contractor, unless otherwise specified.

 

(2) Software licenses are by site and by agency. An agency is defined as a cabinet level or independent agency. The software may be used by any subdivision of the agency (service, bureau, division, command, etc.) that has access to the site the software is placed at, even if the subdivision did not participate in the acquisition of the software. Further, the software may be used on a sharing basis where multiple agencies have joint projects that can be satisfied by the use of the software placed at one agency's site. This would allow other agencies access to one agency's database. For Government public domain databases, user agencies and third parties may use the computer program to enter, retrieve, analyze and present data. The user agency will take appropriate action by instruction, agreement, or otherwise, to protect the Contractor's proprietary property with any third parties that are permitted access to the computer programs and documentation in connection with the user agency's permitted use of the computer programs and documentation. For purposes of this section, all such permitted third parties shall be deemed agents of the user agency.

 

(3) Except as is provided in paragraph 8.b(2) above, the Government shall not provide or otherwise make available the software or documentation, or any portion thereof, in any form, to any third party without the prior written approval of the Contractor. Third parties include prime Contractors, subcontractors and agents of the government who have the Government's permission to use the licensed software and documentation at the facility, and who have agreed to use the licensed software and documentation only in accordance with these restrictions. This provision does not limit the right of the Government to use software, documentation, or information therein, which the Government may already have or obtains without restrictions.

 

(4) The Government shall have the right to use the computer software and documentation with the computer for which it is acquired at any other facility to which that computer may be transferred, or in cases of disaster recovery, the Government has the right to transfer the software to another site if the Government site for which it is acquired is deemed to be unsafe for Government personnel; to use the computer software and documentation with a backup computer when the primary computer is inoperative; and to copy computer programs for safekeeping (archives) or backup purposes.

 

87. Transfer Restriction

 

The rights granted under this Agreement will not be sold, leased, assigned, sublicensed or otherwise transferred, in whole or in part, directly or indirectly, except as specifically provided for in this Agreement. Government may not lend, lease, license or otherwise make the Licensed Software available for any reason to any third parties, other than Government contractors that require such access in the ordinary course of providing services to Government. Contractor may include features in the Licensed Software which restrict unlicensed use, or use of the Licensed Software or related data after license expiration.

 

98. Software Copies

 

Government will not copy the Licensed Software, or any online or hard copy form of any documentation for the Licensed Software, except that Government may make and maintain one (1) copy of the Licensed Software and related documentation for backup and archival purposes. Government will reproduce in such archival copies of all proprietary and restrictive notices set forth in the Licensed Software and such documentation.

 

109. Reverse Engineering Prohibited

 

Government will not modify, clone, disassemble, decompile, decrypt or otherwise reverse engineer any part of the Licensed Software, adopt any part of the Licensed Software as its own, or adapt the Licensed Software into a computer language in which it was not provided by Contractor.

 

110. Changes

 

Some communications software requires changes to the operating system of the non-Contractor networked computer. At Government s request, Contractor will make reasonable efforts to provide Government with such information on how to make the required changes. Government is responsible for making the required changes.

 

1211. Prohibited Uses

 

Government acknowledges that it has been advised by Contractor that the Licensed Software is not designed or licensed for use in online control equipment in hazardous environments such as operation of nuclear facilities, or aircraft navigation or control, and is not intended to be used in life-support systems or procedures, in medical diagnostic applications in connection with surgical or other intrusive procedures or otherwise to implement medical procedures or sustain life.


 

1312. Third Party Licenses May Be Necessary

 

Some Software may require an additional license from a third party the schedule holder or a third party outside the scope of the contract. Contractor will inform Government of any such required additional licenses. Government will at its expense obtain the license from the third party by separate agreement and so certify to Contractor in writing before delivery of the affected Licensed Software.

 


 

GSA RATES/PRICING

SIN 132-33

 

MANUFACTURER

PRODUCT NUMBER

PRODUCT DESCRIPTION

GSA PRICE

X1SW-UNICOS/mp-Base

UNICOS/mp System Software binary base for Cray X1 AC and LC systems up to 4 modules (16 MSPs)

$36,165

X1SW-UNICOS/mp-per-module

UNICOS/mp System Software binary per CPU module beyond the base for Cray X1 AC and LC systems.

$2,009

X1SW-CFTN-Base

Cray Fortran Programming Environment base for Cray X1 AC and LC systems up to 4 modules (16 MSPs)

$49,827

X1SW-CFTN-per-module

Cray Fortran Programming Environment per CPU module beyond the base for Cray X1 AC and LC systems.

$2,411

X1SW-C++-Base

C++ Programming Environment base for Cray X1 AC and LC systems up to 4 modules (16 MSPs)

$49,827

X1SW-C++-per-module

C++ Programming Environment per CPU module for Cray X1 AC and LC systems beyond the base.

$2,411

X1SW-MSG-Base

Message Passing Toolkit (MPT) base for Cray X1 AC and LC systems up to 4 modules (16 MSPs). Includes MPI and Shared Memory Library.

$5,626

X1SW-MSG-per-module

Message Passing Toolkit (MPT) per CPU module for Cray X1 AC and LC systems beyond the base. Includes MPI and Shared Memory Library.

$402

X1SW-PBS-Base

PBS Pro base for Cray X1 AC and LC systems up to 4 modules (16 MSPs).

$12,859

X1SW-PBS-per-module

Additional PBS Pro per X1 CPU module beyond 16 MSP's.

$1,607

COS-UNICOS-CD

Cray Open Software (COS) for all UNICOS, UNICOS/mk and UNICOS/mp systems. Provides various supported public domain packages, including OpenSSH.

$804

X1SW-TV-1U-1P

TotalView Debugger for Cray X1 AC and LC systems (1 user, 1 CPU module). May choose multiple license types per machine.

$2,254

X1SW-TV-1U-4P

TotalView Debugger for Cray X1 AC and LC systems (1 user, 4 CPU modules). May choose multiple license types per machine.

$4,642

X1SW-TV-1U-16P

TotalView Debugger for Cray X1 AC and LC systems (1 user, 16 CPU modules). May choose multiple license types per machine.

$9,813

X1SW-TV-2U-2P

TotalView Debugger for Cray X1 AC and LC systems (2 users, 2 CPU modules). May choose multiple license types per machine.

$5,436

X1SW-TV-2U-8P

TotalView Debugger for Cray X1 AC and LC systems (2 users, 8 CPU modules). May choose multiple license types per machine.

$11,537

X1SW-TV-2U-32P

TotalView Debugger for Cray X1 AC and LC systems (2 users, 32 CPU modules). May choose multiple license types per machine.

$24,267

X1SW-TV-4U-1P

TotalView Debugger for Cray X1 AC and LC systems (4 users, 1 CPU module). May choose multiple license types per machine.

$6,497

X1SW-TV-4U-4P

TotalView Debugger for Cray X1 AC and LC systems (4 users, 4 CPU modules). May choose multiple license types per machine.

$13,526

X1SW-TV-4U-16P

TotalView Debugger for Cray X1 AC and LC systems (4 users, 16 CPU modules). May choose multiple license types per machine.

$28,510

RS-RS-SW-PE

Bundled Price per Processor: includes compilers, PBS Pro, TotalView (1 license per 4 compute PEs), Light-Weight Kernel.

$495

X1SW-CFTN-XPE (Solaris)

Cray Fortran Programming Environment Cross Compiler for Cray X1 AC and LC systems for Solaris. Single server, up to 5 concurrent users.

$4,977

X1SW-C++-XPE (Solaris)

C++ Programming Environment Cross Compiler for Cray X1 AC and LC systems for Solaris. Single server, up to 5 concurrent users.

$4,977

X1SW-PBS-source

Source License for PBS Pro

$11,945

SC4-CRAY-L7R*

Cray Layer 7 Router (L7R) software needed to support gigabit ethernet on gigaring systems. Required when a CNS-3 is ordered.*

$ 0*

 

*THIS ITEM IS FREE OF CHARGE. Listed for software license purposes.

 


 

GSA RATES/PRICING

SIN 132-34

 

MANUFACTURER

PRODUCT NUMBER

PRODUCT DESCRIPTION

GSA PRICE

Service For:

UNICOS/mp System Software binary base for Cray X1 AC and LC systems up to 4 modules (16 MSPs)

 

X1SW-UNICOS/mp-Base-S1

Basic Service per month

$430

X1SW-UNICOS/mp-Base-S2

Premium Service per month

$517

X1SW-UNICOS/mp-Base-S3

Full 7x24 coverage per month

$775

Service For:

UNICOS/mp System Software binary per CPU module beyond the base for Cray X1 AC and LC systems.

 

X1SW-UNICOS/mp-per-module-S1

Basic Service per month

$24

X1SW-UNICOS/mp-per-module-S2

Premium Service per month

$28

X1SW-UNICOS/mp-per-module-S3

Full 7x24 coverage per month

$42

Service For:

Cray Fortran Programming Environment base for Cray X1 AC and LC systems up to 4 modules (16 MSPs)

 

X1SW-CFTN-Base-S1

Basic Service per month

$592

X1SW-CFTN-Base-S2

Premium Service per month

$711

X1SW-CFTN-Base-S3

Full 7x24 coverage per month

$1,067

Service For:

Cray Fortran Programming Environment per CPU module beyond the base for Cray X1 AC and LC systems.

 

X1SW-CFTN-per-module-S1

Basic Service per month

$29

X1SW-CFTN-per-module-S2

Premium Service per month

$35

X1SW-CFTN-per-module-S3

Full 7x24 coverage per month

$52

Service For:

C++ Programming Environment base for Cray X1 AC and LC systems up to 4 modules (16 MSPs)

 

X1SW-C++-Base-S1

Basic Service per month

$592

X1SW-C++-Base-S2

Premium Service per month

$711

X1SW-C++-Base-S3

Full 7x24 coverage per month

$1,067

Service For:

C++ Programming Environment per CPU module for Cray X1 AC and LC systems beyond the base.

 

X1SW-C++-per-module-S1

Basic Service per month

$29

X1SW-C++-per-module-S2

Premium Service per month

$35

X1SW-C++-per-module-S3

Full 7x24 coverage per month

$52

Service For:

Message Passing Toolkit (MPT) base for Cray X1 AC and LC systems up to 4 modules (16 MSPs). Includes MPI and Shared Memory Library.

 

X1SW-MSG-Base-S1

Basic Service per month

$68

X1SW-MSG-Base-S2

Premium Service per month

$81

X1SW-MSG-Base-S3

Full 7x24 coverage per month

$121

Service For:

Message Passing Toolkit (MPT) per CPU module for Cray X1 AC and LC systems beyond the base. Includes MPI and Shared Memory Library.

 

X1SW-MSG-per-module-S1

Basic Service per month

$5

X1SW-MSG-per-module-S2

Premium Service per month

$5

X1SW-MSG-per-module-S3

Full 7x24 coverage per month

$8

Service For:

PBS Pro base for Cray X1 AC and LC systems up to 4 modules (16 MSPs).

 

X1SW-PBS-Base-S1

Basic Service per month

$173

X1SW-PBS-Base-S2

Premium Service per month

$209

X1SW-PBS-Base-S3

Full 7x24 coverage per month

$312

Service For:

Additional PBS Pro per X1 CPU module beyond 16 MSP's.

 

X1SW-PBS-per-module-S1

Basic Service per month

$6

X1SW-PBS-per-module-S2

Premium Service per month

$7

X1SW-PBS-per-module-S3

Full 7x24 coverage per month

$11

Service For:

Cray Open Software (COS) for all UNICOS, UNICOS/mk and UNICOS/mp systems. Provides various supported public domain packages, including OpenSSH.

 

COS-UNICOS-CD-S1

Basic Service per month

$92

COS-UNICOS-CD-S2

Premium Service per month

$110

COS-UNICOS-CD-S3

Full 7x24 coverage per month

$165

Service For:

TotalView Debugger for Cray X1 AC and LC systems (1 user, 1 CPU module). May choose multiple license types per machine.

 

X1SW-TV-1U-1P-S1

Basic Service per month

$36

X1SW-TV-1U-1P-S2

Premium Service per month

$43

X1SW-TV-1U-1P-S3

Full 7x24 coverage per month

$64

Service For:

TotalView Debugger for Cray X1 AC and LC systems (1 user, 4 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-1U-4P-S1

Basic Service per month

$74

X1SW-TV-1U-4P-S2

Premium Service per month

$88

X1SW-TV-1U-4P-S3

Full 7x24 coverage per month

$132

Service For:

TotalView Debugger for Cray X1 AC and LC systems (1 user, 16 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-1U-16P-S1

Basic Service per month

$156

X1SW-TV-1U-16P-S2

Premium Service per month

$187

X1SW-TV-1U-16P-S3

Full 7x24 coverage per month

$281

Service For:

TotalView Debugger for Cray X1 AC and LC systems (2 users, 2 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-2U-2P-S1

Basic Service per month

$87

X1SW-TV-2U-2P-S2

Premium Service per month

$104

X1SW-TV-2U-2P-S3

Full 7x24 coverage per month

$155

Service For:

TotalView Debugger for Cray X1 AC and LC systems (2 users, 8 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-2U-8P-S1

Basic Service per month

$182

X1SW-TV-2U-8P-S2

Premium Service per month

$220

X1SW-TV-2U-8P-S3

Full 7x24 coverage per month

$329

Service For:

TotalView Debugger for Cray X1 AC and LC systems (2 users, 32 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-2U-32P-S1

Basic Service per month

$385

X1SW-TV-2U-32P-S2

Premium Service per month

$461

X1SW-TV-2U-32P-S3

Full 7x24 coverage per month

$692

Service For:

TotalView Debugger for Cray X1 AC and LC systems (4 users, 1 CPU module). May choose multiple license types per machine.

 

X1SW-TV-4U-1P-S1

Basic Service per month

$103

X1SW-TV-4U-1P-S2

Premium Service per month

$124

X1SW-TV-4U-1P-S3

Full 7x24 coverage per month

$185

Service For:

TotalView Debugger for Cray X1 AC and LC systems (4 users, 4 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-4U-4P-S1

Basic Service per month

$215

X1SW-TV-4U-4P-S2

Premium Service per month

$258

X1SW-TV-4U-4P-S3

Full 7x24 coverage per month

$387

Service For:

TotalView Debugger for Cray X1 AC and LC systems (4 users, 16 CPU modules). May choose multiple license types per machine.

 

X1SW-TV-4U-16P-S1

Basic Service per month

$452

X1SW-TV-4U-16P-S2

Premium Service per month

$542

X1SW-TV-4U-16P-S3

Full 7x24 coverage per month

$814

Service For:

Bundled Price per Processor: includes compilers, PBS Pro, TotalView (1 license per 4 compute PEs), Light-Weight Kernel.

 

RS-RS-SW-PE-S1

Basic Service per month

$2

RS-RS-SW-PE-S2

Premium Service per month

$3

RS-RS-SW-PE-S3

Full 7x24 coverage per month

$5

Service For:

Cray Fortran Programming Environment Cross Compiler for Cray X1 AC and LC systems for Solaris. Single server, up to 5 concurrent users.

 

X1SW-CFTN-XPE (Solaris)-S1

Basic Service per month

$100

Service For:

C++ Programming Environment Cross Compiler for Cray X1 AC and LC systems for Solaris. Single server, up to 5 concurrent users.

 

X1SW-C++-XPE (Solaris)-S1

Basic Service per month

$100

Sr-Consultant-3-Month

Sr. Consultant, Project Executive, Sr. Technical Architect, Sr. Applications Specialist Hourly Rate, Up to 3 months

$228

Sr-Consultant-9-Month

Sr. Consultant, Project Executive, Sr. Technical Architect, Sr. Applications Specialist Hourly Rate, 3 months to 9 months

$190

Sr-Consultant-12-Month

Sr. Consultant, Project Executive, Sr. Technical Architect, Sr. Applications Specialist Hourly Rate, 9 months to 12 months

$153

Sr-Consultant-Annual

Sr. Consultant, Project Executive, Sr. Technical Architect, Sr. Applications Specialist Annual Rate

$271,597

On-Site-Analysts-yr-con

Yearly rate for an on-site analyst when there is an existing service contract

$189,652

On-Site-Analysts-mn-con

Monthly rate for an on-site analyst when there is an existing service contract

$18,965

On-Site-Analysts-hr-con

Hourly rate for an on-site analyst when there is an existing service contract

$189

On-Site-Analysts-yr-no

Yearly rate for an on-site analyst when there is not an existing service contract

$237,065

On-Site-Analysts-mn-no

Monthly rate for an on-site analyst when there is not an existing service contract

$23,706

On-Site-Analysts-hr-no

Hourly rate for an on-site analyst when there is not an existing service contract

$237

 


 

Special Item Number 132-50

CLASSROOM/ON-SITE TRAINING

 

Products/Services Offered

 

FSC Class/

FPDS Code

Products/Services

Manufacturer

U012

Training Courses for IT Equipment and Software

Cray Inc.

 

 

 

 


 

TERMS AND CONDITIONS

SPECIAL ITEM NUMBER 132-50

 

 

1. Scope

 

a. The Contractor shall provide training courses normally available to commercial customers, which will permit Government users to make full, efficient use of general purpose commercial IT products. Training is restricted to training courses for those products within the scope of this solicitation.

 

b. The Contractor shall provide training at the Contractor's facility and/or at the Government's location, as agreed to by the Contractor and the Government.

 

2. Order

 

Written orders, EDI orders (GSA Advantage!), credit card orders, and orders placed under blanket purchase agreements (BPAs) shall be the basis for the purchase of training courses in accordance with the terms of this contract. Orders shall include the student's name, course title, course date and time, and contracted dollar amount of the course.

 

3. Time of Delivery

 

The Contractor shall conduct training on the date (time, day, month, and year) agreed to by the Contractor and the Government.

 

4. Cancellation and Rescheduling

 

a. The Government will notify the Contractor at least seventy-two (72) hours before the scheduled training date, if a student will be unable to attend. The Contractor will then permit the Government to either cancel the order or reschedule the training at no additional charge. In the event the training class is rescheduled, the Government will modify its original training order to specify the time and date of the rescheduled training class.

 

b. In the event the Government fails to cancel or reschedule a training course within the time frame specified in paragraph a, above, the Government will be liable for the contracted dollar amount of the training course. The Contractor agrees to permit the Government to reschedule a student who fails to attend a training class within ninety (90) days from the original course date, at no additional charge.

 

c. The Government reserves the right to substitute one student for another up to the first day of class.

 

d. In the event the Contractor is unable to conduct training on the date agreed to by the Contractor and the Government, the Contractor must notify the Government at least seventy-two (72) hours before the scheduled training date.

 

e. Minimum Number of Attendees. Contractor reserves the right to establish a minimum number of students in order to hold a training class.

 

5. Price For Training

 

The price that the Government will be charged will be the Contractor s commercial price in effect at the time of order placement.

 

6. Invoices and Payments

 

Invoices for training shall be submitted by the Contractor after Government completion of the training course. Charges for training must be paid in arrears (31 U.S.C. 3324).

 

7. Format and Content of Training

 

a. The Contractor shall provide written materials (i.e., manuals, handbooks, texts, etc.) normally provided with course offerings. Such documentation will become the property of the student upon completion of the training class.

 

b. The Contractor shall provide each student with a Certificate of Training at the completion of each training course.

 

c. The Contractor shall provide the following information for each training course offered:

 

(1) The course title and a brief description of the course content, to include the course format (e.g., lecture, discussion, hands-on training);

 

(2) The length of the course;

 

(3) Mandatory and desirable prerequisites for student enrollment;

 

(4) The minimum and maximum number of students per class;

 

(5) The locations where the course is offered;

 

(6) Class schedules; and

 

(7) Price (per student, per class (if applicable)).

 

d. For those courses conducted at the Government s location, instructor travel charges (if applicable), including mileage and daily living expenses, must be indicated below. Rates paid as a result of travel must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Contractors cannot use GSA city pair contracts.

 


 

GSA RATES/PRICING

SIN 132-50

 

MANUFACTURER

PRODUCT NUMBER

PRODUCT DESCRIPTION

GSA PRICE

One-X1-Training-Day

One X1 Training-Day (per person)

$948

 


 

Special Item Number 132-51

INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

 

Products/Services Offered

 

FSC Class/

FPDS Code

Products/Services

D301

IT Facility Operation and Maintenance

D302

IT Systems Development Services

D306

IT Systems Analysis Services

D307

Automated Information Systems Design and Integration Services

D308

Programming Services/Millennium Conversion Services (Y2K)

D310

IT Backup and Security Services

D311

IT Data Conversion Services

D313

Computer Aided Design/Computer Aided Manufacturing (CAD/CAM) Services

D316

IT Network Management Services

D317

Automated News Services, Data Services, or Other Information Services

D399

Other Information Technology Services, Not Elsewhere Classified

 

 

  

Terms and Conditions

SPECIAL ITEM NUMBER 132-51

 

1. Scope

 

a. The prices, terms and conditions stated under Special Item Number 132-51 Information Technology Professional Services apply exclusively to IT Services within the scope of this Information Technology Schedule.

 

b. The Contractor shall provide services at the Contractor s facility and/or at the Government location, as agreed to by the Contractor and the ordering office.

 

2. Ordering Procedures

 

a. Procedures for IT professional services priced on GSA schedule at hourly rates.

 

(1) FAR 8.402 contemplates that GSA may occasionally find it necessary to establish special ordering procedures for individual Federal Supply Schedules or for some Special Item Numbers (SINs) within a Schedule. GSA has established special ordering procedures for IT professional services (SIN 132-51) that are priced on schedule at hourly rates. These special ordering procedures which are outlined herein take precedence over the procedures in FAR 8.404.

 

(2) The GSA has determined that the rates for IT professional services contained in this pricelist are fair and reasonable. However, the ordering office using this contract is responsible for considering the level of effort and mix of labor proposed to perform a specific task being ordered and for making a determination that the total firm-fixed price or ceiling price is fair and reasonable.

 

(3) When ordering IT professional services ordering offices shall

 

(i) Prepare a Request for Quotation:

 

(A) A performance-based statement of work that outlines, at a minimum, the work to be performed, location of work, period of performance, deliverable schedule, applicable standards, acceptance criteria, and any special requirements (i.e., security clearances, travel, special knowledge, etc.) should be prepared.

 

(B) A request for quotation should be prepared which includes the performance-based statement of work and requests the contractors submit either a firm-fixed price or a ceiling price to provide the services outlined in the statement of work. A firm-fixed price order shall be requested, unless the ordering office makes a determination that it is not possible at the time of placing the order to estimate accurately the extent or duration of the work or to anticipate cost with any reasonable degree of confidence. When such a determination is made, a labor hour or time‑and‑materials proposal may be requested. The firm-fixed price shall be based on the hourly rates in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work. The firm-fixed price of the order should also include any travel costs or other incidental costs related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the Federal Travel or Joint Travel Regulations. A ceiling price must be established for labor hour and time and material orders.

 

(C) The request for quotation may request the contractors, if necessary or appropriate, submit a project plan for performing the task and information on the contractor s experience and/or past performance performing similar tasks.

 

(D) The request for quotation shall notify the contractors what basis will be used for selecting the contractor to receive the order. The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regarding the intended use of any experience and/or past performance information in determining technical acceptability of responses. If consideration will be limited to schedule contractors who are small business concerns as permitted by paragraph (ii)(A) below, the request for quotations shall notify the contractors that will be the case.

 

(ii) Transmit the Request for quotation to Contractors:

 

(A) Based upon an initial evaluation of catalogs and pricelists, the ordering office should identify the contractors that appear to offer the best value (considering the scope of services offered, hourly rates and other factors such as contractors locations, as appropriate). When buying IT professional services under SIN 132-51 ONLY, the ordering office, at its discretion, may limit consideration to those schedule contractors that are small business concerns. This limitation is not applicable when buying supplies and/or services under other SINs as well as SIN 132-51. The limitation may only be used when at least three (3) small businesses that appear to offer services that will meet the agency s needs are available, if the order is estimated to exceed the micro-purchase threshold.

 

(B) The request for quotation should be to three (3) contractors if the proposed order is estimated to exceed the micro-purchase threshold, but not to exceed the maximum order threshold. For proposed orders exceeding the maximum order threshold, the request for quotation should be provided to additional contractors that offer services that will meet the agency s needs. Ordering offices should strive to minimize the contractors costs associated with responding to requests for proposals for specific orders. Requests should be tailored to the minimum level necessary for adequate evaluation and selection for order placement.

 

(iii) Evaluate proposals and select the contractor to receive the order:

 

After responses have been evaluated against the factors identified in the request for quotation, the order should be placed with the schedule contractor that represents the best value and results in the lowest overall cost alternative (considering price, special qualifications, administrative costs, etc.) to meet the Government s needs.

 

(4) The establishment of Federal Supply Schedule Blanket Purchase Agreements (BPAs) for recurring services is permitted when the procedures outlined herein are followed. All BPAs for services must define the services that may be ordered under the BPA, along with delivery or performance time frames, billing procedures, etc. The potential volume of orders under BPAs, regardless of the size of individual orders, may offer the ordering office the opportunity to secure volume discounts. When establishing BPAs ordering offices shall

 

(i) Inform contractors in the request for quotation (based on the agency s requirement) if a single BPA or multiple BPAs will be established, and indicate the basis that will be used for selecting the contractors to be awarded the BPAs.

 

(A) SINGLE BPA: Generally, a single BPA should be established when the ordering office can define the tasks to be ordered under the BPA and establish a firm-fixed price or ceiling price for individual tasks or services to be ordered. When this occurs, authorized users may place the order directly under the established BPA when the need for service arises. The schedule contractor that represents the best value and results in the lowest overall cost alternative to meet the agency's needs should be awarded the BPA.

 

(B) MULTIPLE BPAs: When the ordering office determines multiple BPAs are needed to meet its requirements, the ordering office should determine which contractors can meet any technical qualifications before establishing the BPAs. When multiple BPAs are established, the authorized users must follow the procedure in (3)(ii)(B) above, and then place the order with the schedule contractor that represents the best value and results in the lowest overall cost alternative to meet the agency s needs.

 

(ii) Review BPAs periodically. Such reviews shall be conducted at least annually. The purpose of the review is to determine whether the BPA still represents the best value (considering price, special qualifications, etc.) and results in the lowest overall cost alternative to meet the agency s needs.

 

(5) The ordering office should give preference to small business concerns when two or more contractors can provide the services at the same firm-fixed price or ceiling price.

 

(6) When the ordering office s requirement involves both products as well as IT professional services, the ordering office should total the prices for the products and the firm-fixed price for the services and select the contractor that represents the greatest value in terms of meeting the agency s total needs.

 

(7) The ordering office, at a minimum, should document orders by identifying the contractor the services were purchased from, the services purchased, and the amount paid. If other than a firm-fixed price order is placed, such documentation should include the basis for the determination to use a labor‑hour or time‑and‑materials order. For agency requirements in excess of the micro-purchase threshold, the order file should document the evaluation of schedule contractors proposals that formed the basis for the selection of the contractor that received the order and the rationale for any trade offers made in making the selection.

 

b. Ordering Procedures for other services available on schedule at fixed prices for specifically defined services or tasks.

 

Orders placed pursuant to a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are considered to be issued pursuant to full and open competition. Therefore, when placing orders under Federal Supply Schedules, ordering offices need not seek further competition, synopsize the requirement, make a separate determination of fair and reasonable pricing, or consider small business set-asides in accordance with subpart 19.5. GSA has already determined the prices of items under schedule contracts to be fair and reasonable. By placing an order against a schedule using the procedures outlined below, the ordering office has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government s needs.

 

(1) Orders placed at or below the micro-purchase threshold. Ordering offices can place orders at or below the micro-purchase threshold with any Federal Supply Schedule Contractor.

 

(2) Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold. Orders should be placed with the Schedule Contractor that can provide the supply or service that represents the best value. Before placing an order, ordering offices should consider reasonably available information about the service offered under MAS contracts by using the GSA Advantage! on-line shopping service, or by reviewing the catalogs/pricelists of at least three Schedule Contractors and selecting the delivery and other options available under the schedule that meets the agency s needs. In selecting the service representing the best value, the ordering office may consider (i) special features of the service that are required in effective program performance and that are not provided by a comparable service; and (ii) past performance.

 

(3) Orders exceeding the maximum order threshold. Each schedule contract has an established maximum order threshold. This threshold represents the point where it is advantageous for the ordering office to seek a price reduction. In addition to following the procedures in paragraph b, above, and before placing an order that exceeds the maximum order threshold, ordering offices shall--

 

(i) Review additional Schedule Contractors catalogs/pricelists or use the GSA Advantage! on-line shopping service;

 

(ii) Based upon the initial evaluation, generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value (considering price and other factors); and

 

(iii) After price reductions have been sought, place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative. If further price reductions are not offered, an order may still be placed, if the ordering office determines that it is appropriate.

 

NOTE: For orders exceeding the maximum order threshold, the Contractor may:

 

(A) Offer a new lower price for this requirement (the Price Reductions clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations);

 

(B) Offer the lowest price available under the contract; or

 

(C) Decline the order (orders must be returned in accordance with FAR 52.216-19).

 

(4) Blanket purchase agreements (BPAs). The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404. All schedule contracts contain BPA provisions. Ordering offices may use BPAs to establish accounts with Contractors to fill recurring requirements. BPAs should address the frequency of ordering and invoicing, discounts, and delivery locations and times.

 

(5) Price reductions. In addition to the circumstances outlined in paragraph (3), above, there may be instances when ordering offices will find it advantageous to request a price reduction. For example, when the ordering office finds a schedule service elsewhere at a lower price or when a BPA is being established to fill recurring requirements, requesting a price reduction could be advantageous. The potential volume of orders under these agreements, regardless of the size of the individual order, may offer the ordering office the opportunity to secure greater discounts. Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual agency for a specific order.

 

 

(6) Small business. For orders exceeding the micro-purchase threshold, ordering offices should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement.

 

(7) Documentation. Orders should be documented, at a minimum, by identifying the Contractor the item was purchased from, the item purchased, and the amount paid. If an agency requirement in excess of the micro-purchase threshold is defined so as to require a particular brand name, product, or feature of a product peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company, the ordering office shall include an explanation in the file as to why the particular brand name, product, or feature is essential to satisfy the agency s needs.

 

3. Order

 

a. Agencies may use written orders, EDI orders, blanket purchase agreements, individual purchase orders, or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period; all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available.

 

b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract, the contract will take precedence.

 

4. Performance of Services

 

a. The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering office.

 

b. The Contractor agrees to render services only during normal working hours, unless otherwise agreed to by the Contractor and the ordering office.

 

c. The Contractor guarantees the satisfactory completion of the IT/EC Services performed under the task order and that all contract personnel utilized in the performance of IT/EC services under the task order shall have the education, experience, and expertise as stated in the task order.The Agency should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order. Services shall be completed in a good and workmanlike manner.

 

d. Any Contractor travel required in the performance of IT/EC Services must comply with the Federal Travel Regulation or Joint Travel Regulations, as applicable, in effect on the date(s) the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts.

 

5. Inspection of Services

 

The Inspection of Services Fixed Price (AUG 1996) clause at FAR 52.246-4 applies to firm-fixed price orders placed under this contract. The Inspection Time‑and‑Materials and Labor-Hour (JAN 1986) clause at FAR 52.246-6 applies to time‑and‑materials and labor hour orders placed under this contract.

 

6. Responsibilities of The Contractor

 

The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City, or otherwise) covering work of this character.

 

7. Responsibilities of The Government

 

Subject to security regulations, the ordering office shall permit Contractor access to all facilities necessary to perform the requisite IT Services.

 

8. Independent Contractor

 

All IT Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the Government.

 

9. Organizational Conflicts Of Interest

 

a. Definitions.

 

Contractor means the person, firm, unincorporated association, joint venture, partnership, or corporation that is a party to this contract.

 

Contractor and its affiliates and Contractor or its affiliates refers to the Contractor, its chief executives, directors, officers, subsidiaries, affiliates, subcontractors at any tier, and consultants and any joint venture involving the Contractor, any entity into or with which the Contractor subsequently merges or affiliates, or any other successor or assignee of the Contractor.

 

An Organizational conflict of interest exists when the nature of the work to be performed under a proposed Government contract, without some restriction on activities by the Contractor and its affiliates, may either (i) result in an unfair competitive advantage to the Contractor or its affiliates or (ii) impair the Contractor s or its affiliates objectivity in performing contract work.

 

b. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the Government, ordering offices may place restrictions on the Contractors, its affiliates, chief executives, directors, subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid, neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations, which may require restrictions, are provided at FAR 9.508.

 


10. Invoices

 

The Contractor, upon completion of the work ordered, shall submit invoices for IT services. Progress payments may be authorized by the ordering office on individual orders if appropriate. Progress payments shall be based upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring services performed during the preceding month.

 

11. Payments

 

For firm-fixed price orders the Government shall pay the Contractor, upon submission of proper invoices or vouchers, the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made only when authorized by the order. For time‑and‑materials orders, the Payments under Time‑and‑Materials and Labor‑Hour Contracts (Alternate I (APR 1984)) at FAR 52.232-7 applies to time‑and‑materials orders placed under this contract. For labor‑hour orders, the Payment under Time‑and‑Materials and Labor‑Hour Contracts (FEB 1997) (Alternate II (JAN 1986)) at FAR 52.232-7 applies to labor‑hour orders placed under this contract.

 

12. Resumes

 

Resumes shall be provided to the GSA Contracting Officer or the user agency upon request.

 

13. Incidental Support Costs

 

Incidental support costs are available outside the scope of this contract. The costs will be negotiated separately with the ordering agency in accordance with the guidelines set forth in the FAR.

 

14. Approval of Subcontracts

 

The ordering activity may require that the Contractor receive, from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order.

 

15. Description of IT Services and Pricing

 

Future Research Corporation (FRC) shall provide ADP services including IT Facility Operation and Maintenance, IT Systems Development Services, IT Systems Analysis Services, Automated Information Systems Design and Integration Services, Programming Services, Millennium Conversion Services (Y2K), IT Backup and Security Services, IT Data Conversion Services, Computer Aided Design/Computer Aided Manufacturing (CAD/CAM) Services, IT Network Management Services, Automated News Services, Data Services, or Other Information Services and Other Information Technology Services, Not Elsewhere Classified. These services are presented in the same manner that FRC sells and offers to commercial and other Government clients. Hourly rates are proposed and are directly related to FRC s commercial offerings.


 

LABOR CATEGORIES AND DESCRIPTIONS

 

1.      Senior Program Manager

 

Minimum/General Experience: Minimum five (5) years of experience in a related field including supervisory or management experience. Minimum three (3) years system-specific experience, including requirements definition, work planning, control of budget, schedule, and task execution, contract and subcontract management, and personnel management and supervision.

 

Provides management and technical direction to program managers or other program or project personnel. Regularly exercises independent judgment as well as a high level of analytical skill in solving complex and unusual technical, administrative, and managerial problems. Ultimately responsible for project planning, execution, and performance. Serves as counterpart to Government Senior Project Manager. Demonstrates extensive subject matter expertise and communication skills to interface with all levels of management.

 

Minimum Education: B.S./B.A. or equivalent experience in a related field. Two (2) years experience is equivalent to one (1) year of education (i.e. eight (8) years experience is equivalent to a Bachelors degree).

 

2. Program Manager

 

Minimum/General Experience: Minimum two (2) years of experience in a related field including supervisory or management experience. Minimum one (1) year system-specific experience, including requirements definition, work planning, control of budget, schedule, and task execution, contract and subcontract management, and personnel management and supervision.

 

Provides overall direction to all project level activities and personnel. Solves complex technical, administrative, and managerial problems and is responsible for interfacing with customer management and technical personnel, preparing reports, delivering presentations, and participating in meetings. Directs the completion of tasks within estimated time frames and budget constraints.

 

Minimum Education: B.S./B.A. or equivalent experience in a related field. Two (2) years experience is equivalent to one (1) year of education (i.e. eight (8) years experience is equivalent to a Bachelors degree).

 

 

3. Task Leader

 

Minimum/General Experience: Minimum of 10 years experience

 

Responsibilities include interpreting, organizing, executing and coordinating assignments. Plans and conducts research in problem areas of considerable scope and complexity. Serves as the technical specialist for the organization in the application of advanced theories, concepts, principles and processes. Must be able to plan, manage and execute and lead subordinate level positions.

 

Minimum Education: Bachelor in Computer Science, Science, Engineering, Management Information Systems or Business related area

 

4. Senior Quality Assurance/Control Engineer

 

Minimum/General Experience: Requires a minimum of eight years experience with at least five years specialized experience including configuration management, verification and validation, software testing and integration and software metrics and their application to software quality assessment.

 

For both hardware and software, designs and installs quality processes and procedures, sampling techniques and statistical analysis; designs or specifies inspection and testing requirements and equipment; and formulates quality policies and procedures

 

Minimum Education: Bachelors degree in a technical field such as Computer Science or Engineering.

 

5. Quality Assurance/Control Engineer

 

Minimum/General Experience: Requires a minimum of four years experience with at least two years specialized experience including configuration management, verification and validation, and analysis of development and production limitations and standards.

 

Responsible for hardware and software plans and performs quality research, software development or hardware engineering assignments.

 

Minimum Education: Bachelors degree in a technical field such as Computer Science or Engineering.

 

6.      Senior Logistician

 

Minimum/General Experience: Requires a minimum of ten years experience in two or more technical areas directly related to the work areas in which the individual performs including experience in logistics planning, and in all phases of system acquisition.

 

Lead and direct integrated logistic support (ILS) activities designed to provide effective and efficient life-cycle support of equipment or systems.

 

Minimum Education: B.A. or B.S. degree and must have at least 60 weeks technical and logistics training, i.e., computer, support equipment, logistics acquisition, etc.

 

7. Logistician

 

Minimum/General Experience: Requires a minimum of four years experience in two or more technological areas directly related to the work areas in which the individual performs, including experience in logistics planning and in all phases of system acquisition.

 

Provide integrated logistic support (ILS) activities designed to provide effective and efficient life-cycle support of equipment or systems.

 

Minimum Education: B.A. or B.S. degree and must have at least 25 weeks technical and logistics training, i.e., computer, support equipment, logistics acquisition, etc.

 

8. Technical Writer/Illustrator

 

Minimum/General Experience: Requires a minimum of six years experience in gathering, analyzing, and composing technical information; conducting research and ensuring the use of proper technical terminology; and writing and editing technical reports and documents pertaining to all aspects of ADP.

 

Collect, analyze, and organize information required for technical documentation and for the preparation of manuals, materials, and reports; edit functional descriptions, system specifications, manuals, reports and other customer deliverables and documents.

 

Minimum Education: Bachelors degree in English, Literature, or other related discipline.

 

9. Senior Cost/Budget Analyst

 

Minimum/General Experience: Requires 8 years of budget, cost, schedule analysis, operations research, or engineering experience, at least 2 of which are involved in military equipment. One of the years must have been in a management position. An advanced business, computer science or engineering degree may substitute for two years of the experience requirement.

 

Plan, organize and direct the budget, cost, and schedule analysis efforts of a group of specialists skilled in information technology, military operations, engineering, management, programming and pricing. Work requires the technical capability to develop and manipulate databases, assess budget, cost, and schedule implications of existing and projected technological advances.

 

Minimum Education: Bachelors degree in business, finance, accounting, computer science, engineering, operations research, mathematics or related field.

 

10. Cost/Budget Analyst

 

Minimum/General Experience: Requires 5 years of budget, cost, schedule analysis, operations research, or engineering experience. An advanced business, computer science or engineering degree may substitute for the experience requirement.

 

Advise on and perform professional cost, budget and schedule measurement work. Requires the technical ability to develop and manipulate databases, assess future trends, technological implications, and evaluate new and innovative acquisition strategies.

 

Minimum Education: Bachelors degree in business, finance, accounting, computer science, engineering, operations research, mathematics or related field, accounting, computer science, engineering, operations research, mathematics or related field.

 

11. Administrative Specialist

 

Minimum/General Experience: Minimum one year experience with thorough knowledge of most commonly used word processing packages (i.e. WordPerfect and MS Word, Excel spreadsheets). B.A. with requisite word processing skills may be substituted for experience.

 

Performs administrative assignments requiring the ability to follow directions and procedures. Proofreads for error and proper format. Other duties include reviewing materials to be typed, answering telephones, taking messages, and making copies. May also perform receptionist duties as required. May also provide aspects of meeting planning support (i.e. the production of confirmation letters; charts and tables; name badges, table tents, etc.).

 

Minimum Education: A Bachelors degree and one year experience is required.

 

12. Administrative Specialist II

 

Minimum/General Experience: Minimum three (3) years experience with thorough knowledge of most commonly used word processing packages (i.e. WordPerfect and MS Word). Familiar with database and spreadsheet packages (Microsoft FrontPage, Power Point, and MS Excel). B.A. and mastery of software can be substituted for two (2) years of experience.

 

Responsibilities include the effective administration of the business operations for an office or department. Assures that acceptable administrative services are provided to the client within budget, on schedule and with a minimum of disruption. May assign and supervise the work of support personnel. For conference and meeting support, may also select and schedule sites for courses; arrange travel and hotel accommodations; confirm all logistics; process applications, prepare letters of confirmation; develop charts and tables; prepare name badges, table tents, etc. for participants; implement event evaluation procedures; and complete documentation of participant attendance.

 

Minimum Education: A Bachelors degree and three years experience is required.

 

13. Administrative Specialist III

 

Minimum/General Experience: Minimum five (5) years experience with thorough knowledge of most commonly Software packages (i.e all Microsoft office products, Microsoft FrontPage, etc.)

 

Responsible for the effective administration of the business operations for a office, department, or division. Assures that acceptable administrative services are provided to the client within budget, on schedule and with a minimum of disruption. Assist in the preparation of budgets. Carries out recurring office procedures independently. Reviews outgoing materials and correspondence for internal consistency and conformance with office procedures; assures that proper clearances have been obtained. Composes correspondence requiring some technical understanding. May assign and supervise the work of support personnel.

 

Minimum Education: A Bachelors degree and five years experience is required.

 

14. Technical Information Specialist I

 

Minimum/General Experience: Minimum one (1) year experience in database software testing and electronic databases. Familiar with web-based search engines.

 

Responsible for analyzing, summarizing, and coding the intellectual content of scientific, medical, technological, or other specialized information related to developing of maintaining scientific information systems, including acquisition, analysis of subject content of the documents acquired, indexing and preparation of abstracts or extracts. May develops thesauri, list of descriptions, subject heading lists, etc. Analyzes questions from users and performs literature searches; prepares replies in the form of documents, bibliographies, or specific answers to query. Directs, administers, or coordinates technical information services related to information systems. Conducts information searches using database sources or utilize special techniques, methods, and devices of a semi- or fully-automated documentation system.

 

Minimum Education: B.S./B.A. or equivalent experience in a related field. Two (2) years experience is equivalent to one (1) year of education (i.e. eight (8) years experience is equivalent to a Bachelors).

 

15. Technical Information Specialist II

 

Minimum/General Experience: Minimum two (2) years experience in web development, database software testing and electronic databases. Familiar with web-based search engines.

 

Provides user services support for database access and submissions. Provides computer information search and retrieval for engineering and scientific technical staff. Able to answer e-mail and phone queries on all aspects of production and distribution. Capable of supervising and training other Information Specialists and support staff. Provides resource materials and literature searches for a wide variety of projects. Conducts research and production of bibliographies for clients and users. Responsible for deciding which sources to consult, how search strategies would be formulated, and for reviewing retrieved material for inclusion bibliographies. Produces final reports.

 

Minimum Education: M.L.S./M.A./M.S. degree. Six (6) years of relevant experience above a Bachelors.

 

16. Technical Information Specialist III

 

Minimum/General Experience: Minimum five (5) years experience in web development, database software testing and electronic databases. Familiar with web-based search engines.

 

Provides information and resource materials for client projects, including regulations, chemical information, journal articles, and Government documents. Performs all necessary functions for support of the client library, including collection development and acquisitions; searching databases, the Web, and other electronic sources; answering reference questions; organizing; and publicizing new acquisitions to users.

 

Minimum Education: M.L.S./M.A./M.S. degree. Nine (9) years of relevant experience above a Bachelors.

 

17. Systems Administrator I

 

Minimum/General Experience: Minimum/General Experience: Four (4) to five (5) years of related experience in providing systems administration functions on desktop computer systems.

 

Under minimum supervision, compiles and maintains the master records for the establishment and change of configuration baselines. Based on vendor specifications continues monitoring of system load to maintain efficient operation. Implement controls that allow load balancing and maintain reports of system utilization trends.

 

Minimum Education: Bachelors in Computer Science, Science, Engineering, Management Information Systems.

 

18. Systems Administrator II

 

Minimum/General Experience: Minimum (7) to (8) years experience.

 

Under minimum supervision schedules and oversees/implements hardware and software changes to the computer system. Develops and administers configuration management plan for all systems. Controls configuration baseline and interfaces through Engineering Change Proposals, Vendor Upgrades, and Software revisions. Compiles and maintains the master records for the establishment and change of configuration baselines.

 

Minimum Education: Bachelors Degree in Science or Engineering.

 

19. Systems Administrator III

 

Minimum/General Experience: Minimum (8) to 10 years experience.

 

Responsibilities include the management of multiple computer systems configuration. Develop more efficient methods of computer operation and maintenance support. Develop software tools to enhance the systems administration process.

 

Minimum Education: Bachelors Degree in Science or Engineering.

 

20. Help Desk Manager

 

Minimum/General Experience: This position requires a minimum of seven years experience, of which at least five years must be specialized. Specialized experience includes: management of help desks in a multi-server environment, help desk support, and - end user training. General experience includes information systems development, network and other work in the client/server or related fields.

 

Provides daily supervision and direction to staff who are responsible for phone and in person support to users in the areas of e-mail, directories, standard Windows desktop applications, and deployed applications.

 

Minimum Education: A Bachelors Degree in Computer Science, Information Systems, Engineering, Business, or other related discipline. With a Master's Degree (in the fields described above), five years general experience of which at least three years must be specialized experience is required. With eleven years' general experience of which at least nine years is specialized, a degree is not required.

 

21. Help Desk Specialist

 

Minimum/General Experience: This position requires a minimum of five years experience, of which at least three years must be specialized. Specialized experience includes: diagnosis of problems and user assistance with PC operating systems, networking, and mail standards or work on a help desk. General experience includes information systems development and other work in the client/server field, or related fields.

 

Provides phone and in-person support to users in the areas of e-mail, directories, standard Windows desktop applications, and custom-developed applications. Serves as the initial point of contact for troubleshooting hardware/software, PC, and printer problems.

 

Minimum Education: An Associates Degree in Computer Science, Information Systems, Engineering, Business, or other related discipline is required. With a Bachelors Degree (in the fields described above), four years general experience and at least two years of specialized experience are required. With eight years' general experience of which at least six years is specialized, a degree is not required.

 

22. Engineer/Scientist I

 

Minimum/General Experience: no related work experience required.

 

Uses established and well defined engineering procedures. Gathers and correlates basic engineering data. Performs detailed or routine engineering, research and development assignments involving calculations and relatively simple tests. Is involved in the simpler phases of smaller engineering projects, where little evaluation or ingenuity is normally required.

 

Minimum Education: Bachelors Degree in a technical field such as engineering or computer science.

 

23. Engineer/Scientist II

 

Minimum/General Experience: 2 years of related work experience.

 

Works under supervision of a senior or project engineer. Uses standard company procedures. Carries out engineering assignments associated with research, design or development and manufacture of specific parts, components or minor phases of an engineering project. Translates technical guidance received from supervisor into usable engineering data applicable to the particular assignment. May coordinate the activities of junior engineers or technicians assigned to specific engineering projects.

 

Minimum Education: Bachelors Degree in a technical field such as engineering or computer science.

 

24. Engineer/Scientist III

 

Minimum/General Experience: 4 years of related work experience.

 

Takes direction from the project engineer, senior project engineer or section head. Plans and performs engineering research, design development or manufacturing engineering assignments, including responsibility for the engineering of part of a major project or a project of lesser complexity and importance than those normally assigned to project or higher level engineers. Conducts the development of each assignment. Coordinates engineering personnel assigned to each activity. Coordinates the activities of the particular group with the various stages of the overall program. Has some latitude for unreviewed action or decision. Engineering assignments are broad in nature, usually requiring appreciable originality and ingenuity.

 

Minimum Education: Bachelors Degree in a technical field such as engineering or computer science

 

25. Engineer/Scientist IV

 

Minimum/General Experience: 8 years of related work experience.

 

Works under the general supervision of a senior project engineer or a higher level engineering or research executive. Plans, conducts and supervises engineering research, design, development or manufacturing engineering assignments, normally involving several smaller or less important projects or one major project. Estimates engineering personnel needs. Schedules work to meet completion dates and technical specifications. Coordinates and supervises engineers and technicians assigned to projects. Maintains liaison with various divisions.

 

Minimum Education: Bachelors Degree in a technical field such as engineering or computer science.

 

 

26. Technician I

 

Minimum/General Experience: Entry position, no related experience required.

 

Builds and performs tests on computer and/or electrical systems and components to determine operability. Includes power generating and distribution facilities. Troubleshoots malfunctioning circuits and makes required repairs. May service electrical control systems. Under close supervision, performs rudimentary tests on production equipment to determine operability. May make simple adjustments to correct minor malfunctions.

 

Minimum Education: High School diploma plus a formal education or certification program of one to two years in duration, e.g., military specialty training, trade school, Associate Degree.

 

27. Technician II

 

Minimum/General Experience: 3 years of related work experience.

 

Builds and performs tests on computer and/or electrical systems and components to determine operability. Includes power generating and distribution facilities. Troubleshoots malfunctioning circuits and makes required repairs. May service electrical control systems. Under direct supervision, performs assignments which are generally standardized. Follows prescribed work methods or explicit instructions. Operates standard experimental, testing of processing equipment of moderate complexity. May troubleshoot malfunctioning equipment and make simple repairs.

 

Minimum Education: High School diploma plus a formal education or certification program of one to two years in duration, e.g., military specialty training, trade school, Associate Degree.

 

28. Technician III

 

Minimum/General Experience: 6 years of related work experience.

 

Builds and performs tests on computer and/or electrical systems and components to determine operability. Includes power generating and distribution facilities. Troubleshoots malfunctioning circuits and makes required repairs. May service electrical control systems. Under general supervision, inspects, tests and troubleshoots complex production systems. Make repairs requiring nonstandard techniques.

 

Minimum Education: High School diploma plus a formal education or certification program of one to two years in duration, e.g., military specialty training, trade school, Associate Degree.

 

29. Technician IV

 

Minimum/General Experience: 10 years of related work experience.

 

Builds and performs tests on computer and/or electrical systems and components to determine operability. Includes power generating and distribution facilities. Troubleshoots malfunctioning circuits and makes required repairs. May service electrical control systems. Under minimum supervision, troubleshoots particularly complex or troublesome production equipment. May suggest design changes or recommend improvements in production methods. May direct the work of lower level technicians, inspectors, assemblers and repairers.

 

Minimum Education: High School diploma plus a formal education or certification program of one to two years in duration, e.g., military specialty training, trade school, Associate Degree.

 

30. Technical Analyst

 

Minimum/General Experience: Performs database maintenance, is responsible for the planning, budgeting, the initiation of the migration process and confirmation that records have migrated successfully, helps System Administrator in troubleshooting for equipment maintenance, CD production (which also includes transfer of jobs to Engineering Drawing Module/Virtual Bidroom), Overseeing production (scheduling and maintaining flow of work), Administrative duties (reporting, time tracking, working with HR, etc.), Overall supervision of employees.

 

Minimum five (5) years of experience in a related field including supervisory or management experience. Minimum three (3) years system-specific experience, including requirements definition, work planning, control of budget, schedule, and task execution, contract and subcontract management, and personnel management and supervision.

 

Minimum Education: B.S./B.A. or equivalent experience in a related field. Two (2) years experience is equivalent to one (1) year of education (i.e. eight (8) years experience is equivalent to a Bachelor's degree).

 

31. Computer Specialist

 

Minimum/General Experience: Performs sorting/Indexing of aperture cards, aperture card maintenance, scanning paper prints as well as aperture cards, and performs Quality Assurance functions. Minimum of 1 year of experience in a related field including sorting, indexing, QA, and troubleshooting scanning hardware.

 

Minimum Education: B.S./B.A. or equivalent experience in a related field. Two (2) years experience is equivalent to one (1) year of education (i.e. eight (8) years experience is equivalent to a Bachelor's degree).


 

GSA RATES

 

 

2004

Gov t Site

FRC Site

Engineer/Scientist I

55.09
68.86

Engineer/Scientist II

66.44
83.06

Engineer/Scientist III

80.24
100.30

Engineer/Scientist IV

104.08
130.11

Technician I

32.93
41.16

Technician II

39.72
49.64

Technician III

50.81
63.51

Technician IV

55.11
68.89

Sr. Program Manager

102.03
127.54

Program Manager

91.93
114.92

Task Leader

82.78
103.47

Sr. Quality Assurance/Control Engineer

76.26
95.32

Quality Assurance/Control Engineer

67.68
84.60

Sr. Logistician

74.75
93.43

Logistician

59.22
74.03

Technical Writer/Illustrator

53.46
66.82

Sr. Cost/Budget Analyst

112.55
140.68

Cost/Budget Analyst

73.64
92.05

Administrative Specialist

28.18
35.22

Administrative Specialist II

37.68
47.10

Administrative Specialist III

46.68
58.35

Technical Information Specialist I

30.71
38.39

Technical Information Specialist II

33.77
42.21

Technical Information Specialist III

51.42
64.28

Systems Administrator I

60.99
76.24

Systems Administrator II

73.41
91.76

Systems Administrator III

81.68
102.10

Help Desk Manager

52.85
66.07

Help Desk Specialist

42.06
52.58

Technical Analyst

47.82
59.77

Computer Specialist

29.66
37.08

 

 

 


 

INFORMATION FOR ORDERING OFFICES

SPECIAL NOTICE

SMALL BUSINESS PARTICIPATION

 

SBA strongly supports the participation of small business concerns in the Federal Supply Schedules Program. To enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Supply Schedules, and to report accomplishments against these goals.

 

For orders exceeding the micro purchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three schedule contractors or consider reasonably available information by using the GSA Advantage! on-line shopping service (www.fss.gsa.gov). The catalogs/pricelists, GSA Advantage! and the Federal Supply Service Home Page (www.fss.gsa.gov) contain information on a broad array of products and services offered by small business concerns.

 

This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women-owned small businesses among those considered when selecting pricelists for a best value determination.

 

For orders exceeding the micro purchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement.

 

1. Geographic Scope of Contract:

 

The Geographic Scope of the contract includes the 48 contiguous states, the District of Columbia, Hawaii, Alaska and the Commonwealth of Puerto Rico.

 

2. Contractor's Ordering Address and Payment Information:

 

Ordering and Payment Address:

 

Future Research Corporation

305 Church Street, Suite 810

Huntsville, AL 35801

Attn: Karen C. Edney

Contracts Administrator

 

Contractors are required to accept the Government purchase card for payments equal to or less than the micro‑purchase threshold for oral or written delivery orders. Government purchase cards will be acceptable for payment above the micro-purchase threshold. In addition, bank account information for wire transfer payments will be shown on the invoice.

 

The following telephone number(s) can be used by ordering agencies to obtain technical and/or ordering assistance:

 

Phone - 256-430-4304

 

3. Liability For Injury Or Damage

 

The Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use of equipment maintained by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor.

 

4. Statistical Data for Government Ordering Office Completion of Standard Form 279:

 

Block 9: G. Order/Modification Under Federal Schedule

Block 16: Data Universal Numbering System (DUNS)

Number: 036660686

Block 30: Type of Contractor - A. Small Disadvantaged Business

Block 31: Woman-Owned Small Business No

Block 32: HUBZone Small Business Yes

Block 36: Contractor's Taxpayer Identification Number (TIN) 63-1159411

 

4a. Cage Code: 06DW3

 

5. FOB Destination

 

6. Delivery Schedule

 

a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below:

 

 

SPECIAL ITEM NUMBER DELIVERY TIME (Days ARO)

132-8 30

132-12 30

132-33 30

132-34 30

132-50 30

132-51 30

 

 

 

Expedited Delivery Times will be negotiated on a case by case basis.

 

 

b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the bonafide urgent delivery requirements of an ordering agency, agencies are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall replay to the inquiry within 3 workdays after receipt. (Telephone replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated delivery time acceptable to the ordering agency, any order(s) placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract.

 

 

7. Discounts:

 

Prices shown are NET Prices; Basic Discounts have been deducted.

 

a. Prompt Payment: 0 % - ___ days from receipt of invoice or date of acceptance, whichever is later.

b. Quantity N/A

c. Dollar Volume N/A

d. Government Educational Institutions Same as Government Customers

e. Other None

 

 

8. Trade Agreements Act of 1979, as amended:

 

All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended. N/A

 

9. Statement Concerning Availability of Export Packing: N/A

 

 

10. Small Requirements:

 

The miniimum dollar value of orders to be issued is $ 500.00.


 

11. Maximum Order:

 

(All dollar amounts are exclusive of any discount for prompt payment.)

 

SIN

Products/Services

Maximum Order

132-8

Purchase of Equipment

$ 500,000

132-12

Maintenance of Hardware

n/a*

132-33

Perpetual Software Licenses

$ 500,000

132-34

Maintenance of Software

n/a*

132-50

Classroom/On-Site Training

$ 25,000

132-51

Information Technology Professional Services

$ 500,000

 

 * No maximum order limit for these SINs

 

12. Use of Federal Supply Service Information Technology Schedule Contracts:

 

In accordance with FAR 8.404:

[NOTE: Special ordering procedures have been established for Special Item Numbers (SINs) 132-51 IT Professional Services and 132‑52 EC Services; refer to the terms and conditions for those SINs.]

 

Orders placed pursuant to a Multiple Award Schedule (MAS), using the procedures in FAR 8.404, are considered to be issued pursuant to full and open competition. Therefore, when placing orders under Federal Supply Schedules, ordering offices need not seek further competition, synopsize the requirement, make a separate determination of fair and reasonable pricing, or consider small business set-asides in accordance with subpart 19.5. GSA has already determined the prices of items under schedule contracts to be fair and reasonable. By placing an order against a schedule using the procedures outlined below, the ordering office has concluded that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government s needs.

 

a. Orders placed at or below the micro-purchase threshold. Ordering offices can place orders at or below the micro-purchase threshold with any Federal Supply Schedule Contractor.

 

b. Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold. Orders should be placed with the Schedule Contractor that can provide the supply or service that represents the best value. Before placing an order, ordering offices should consider reasonably available information about the supply or service offered under MAS contracts by using the GSA Advantage! on-line shopping service, or by reviewing the catalogs/pricelists of at least three Schedule Contractors and selecting the delivery and other options available under the schedule that meets the agency s needs. In selecting the supply or service representing the best value, the ordering office may consider--

 

(1) Special features of the supply or service that are required in effective program performance and that are not provided by a comparable supply or service;

 

(2) Trade-in considerations;

 

(3) Probable life of the item selected as compared with that of a comparable item;

 

(4) Warranty considerations;

 

(5) Maintenance availability;

 

(6) Past performance; and

 

(7) Environmental and energy efficiency considerations.

 

c. Orders exceeding the maximum order threshold. Each schedule contract has an established maximum order threshold. This threshold represents the point where it is advantageous for the ordering office to seek a price reduction. In addition to following the procedures in paragraph b, above, and before placing an order that exceeds the maximum order threshold, ordering offices shall--

 

(1) Review additional Schedule Contractors catalogs/pricelists or use the GSA Advantage! on-line shopping service;

 

(2) Based upon the initial evaluation, generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value (considering price and other factors); and

 

(3) After price reductions have been sought, place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative. If further price reductions are not offered, an order may still be placed, if the ordering office determines that it is appropriate.

 

NOTE: For orders exceeding the maximum order threshold, the Contractor may:

 

(1) Offer a new lower price for this requirement (the Price Reductions clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations);

 

(2) Offer the lowest price available under the contract; or

 

(3) Decline the order (orders must be returned in accordance with FAR 52.216-19).

 

d. Blanket purchase agreements (BPAs). The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404. All schedule contracts contain BPA provisions. Ordering offices may use BPAs to establish accounts with Contractors to fill recurring requirements. BPAs should address the frequency of ordering and invoicing, discounts, and delivery locations and times.

 

e. Price reductions. In addition to the circumstances outlined in paragraph c, above, there may be instances when ordering offices will find it advantageous to request a price reduction. For example, when the ordering office finds a schedule supply or service elsewhere at a lower price or when a BPA is being established to fill recurring requirements, requesting a price reduction could be advantageous. The potential volume of orders under these agreements, regardless of the size of the individual order, may offer the ordering office the opportunity to secure greater discounts. Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual agency for a specific order.

 

f. Small business. For orders exceeding the micro-purchase threshold, ordering offices should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement.

 

g. Documentation. Orders should be documented, at a minimum, by identifying the Contractor the item was purchased from, the item purchased, and the amount paid. If an agency requirement in excess of the micro-purchase threshold is defined so as to require a particular brand name, product, or feature of a product peculiar to one manufacturer, thereby precluding consideration of a product manufactured by another company, the ordering office shall include an explanation in the file as to why the particular brand name, product, or feature is essential to satisfy the agency s needs.

 

13. Federal Information Technology/Telecommunication Standards Requirements:

 

Federal departments and agencies acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering offices, shall be responded to promptly by the Contractor.

 

13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS):

 

Information Technology products under this Schedule that do not conform to Federal Information Processing Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Information concerning their availability and applicability should be obtained from the National Technical Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650.

 

13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS):

 

Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD." Federal Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Ordering information and information concerning the availability of FED-STDS should be obtained from the GSA, Federal Supply Service, Specification Section, 470 East L Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202)619-8925. Please include a self-addressed mailing label when requesting information by mail. Information concerning their applicability can be obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD 20899, telephone number (301)975-2833.

 

14. Security Requirements:

 

In the event security requirements are necessary, the ordering activities may incorporate, in their delivery orders, a security clause in accordance with current laws, regulations, and individual agency policy; however, the burden of administering the security requirements shall be with the ordering agency. If any costs are incurred as a result of the inclusion of security requirements, such costs will not exceed ten percent (10%) or $100,000, of the total dollar value of the order, whichever is lessor.

 

15. Contract Administration for Ordering Offices:

 

Any Ordering office, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (l) Termination for the Government s convenience, and (m) Termination for Cause (See C.1.)

 

16. GSA Advantage!

 

GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to:

 

(1) Manufacturer;

(2) Manufacturer's Part Number; and

(3) Product categories.

 

Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: NetScape). The Internet address is http://www.fss.gsa.gov/.

 

17. Purchase of Incidental, Non-Schedule Items

 

For administrative convenience, open market (non-contract) items may be added to a Federal Supply Schedule Blanket Purchase Agreement (BPA) or an individual order, provided that the items are clearly labeled as such on the order, all applicable regulations have been followed, and price reasonableness has been determined by the ordering activity for the open market (non‑contract) items.

 

18. Contractor Commitments, Warranties And Representations

 

a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract:

 

(1) Time of delivery/installation quotations for individual orders;

 

(2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract.

 

(3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor.

 

b. The above is not intended to encompass items not currently covered by the GSA Schedule contract.

 

19. Overseas Activities

 

The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below:

 

N/A

 

Upon request of the Contractor, the Government may provide the Contractor with logistics support, as available, in accordance with all applicable Government regulations. Such Government support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract.

 


20. Blanket Purchase Agreements (BPAs)

 

Federal Acquisition Regulation (FAR) 13.201(a) defines Blanket Purchase Agreements (BPAs) as a simplified method of filling anticipated repetitive needs for supplies or services by establishing charge accounts with qualified sources of supply. The use of Blanket Purchase Agreements under the Federal Supply Schedule Program is authorized in accordance with FAR 13.202(c)(3), which reads, in part, as follows:

 

BPAs may be established with Federal Supply Schedule Contractors, if not inconsistent with the terms of the applicable schedule contract.

 

Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their administrative and purchasing savings. This feature permits schedule users to set up accounts with Schedule Contractors to fill recurring requirements. These accounts establish a period for the BPA and generally address issues such as the frequency of ordering and invoicing, authorized callers, discounts, delivery locations and times. Agencies may qualify for the best quantity/volume discounts available under the contract, based on the potential volume of business that may be generated through such an agreement, regardless of the size of the individual orders. In addition, agencies may be able to secure a discount higher than that available in the contract based on the aggregate volume of business possible under a BPA. Finally, Contractors may be open to a progressive type of discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed levels. Use of a BPA may be particularly useful with the new Maximum Order feature. See the Suggested Format, contained in this Schedule Pricelist, for customers to consider when using this purchasing tool.

 

21. Contractor Team Arrangements

 

Federal Supply Schedule Contractors may use Contractor Team Arrangements (see FAR 9.6) to provide solutions when responding to a customer agency requirements. The policy and procedures outlined in this part will provide more flexibility and allow innovative acquisition methods when using the Federal Supply Schedules. See the additional information regarding Contractor Team Arrangements in this Schedule Pricelist.

 


 

USA COMMITMENT TO PROMOTE

SMALL BUSINESS PARTICIPATION
PROCUREMENT PROGRAMS

 

PREAMBLE

 

Future Research Corporation (FRC) provides commercial products and services to the Federal Government. We are committed to promoting participation of small, small disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities, mentor-prot g programs, joint ventures, teaming arrangements, and subcontracting.

 

COMMITMENT

 

To actively seek and partner with small businesses.

 

To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical.

 

To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns.

 

To undertake significant efforts to determine the potential of small, small disadvantaged and women-owned small business to supply products and services to our company.

 

To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women-owned small businesses.

 

To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small businesses with whom to partner.

 

To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities.

 

We signify our commitment to work in partnership with small, small disadvantaged and women-owned small businesses to promote and increase their participation in Federal Government contracts. To accelerate potential opportunities please contact Mr. Jesse W. Nunn, (256) 430-4304, e-mail at jnunn@future-research.com, fax number (256)430-4308.


 

BEST VALUE BLANKET PURCHASE AGREEMENT

 

FEDERAL SUPPLY SCHEDULE

(Insert Customer Name)

 

In the spirit of the Federal Acquisition Streamlining Act (insert agency) and Future Research Corporation (FRC) enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Services Administration (GSA) Federal Supply Schedule Contract(s) _____________________.

 

Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6.

 

This BPA will further decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the Government that works better and costs less.

 

 

Signatures

 

_____________________________ _________________________________

AGENCY DATE CONTRACTOR DATE


BPA NUMBER_____________

 

Future Research Corporation

BLANKET PURCHASE AGREEMENT

 

Pursuant to GSA Federal Supply Schedule Contract Number(s)____________, Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH (Ordering Agency):

 

(1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of the contract, except as noted below:

 

MODEL NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE

________________________________ _______________________________

________________________________ _______________________________

 

(2) Delivery:

 

DESTINATION DELIVERY SCHEDULE/DATES

________________________________ _______________________________

________________________________ _______________________________

 

 

(3) The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be ______________.

 

(4) This BPA does not obligate any funds.

 

(5) This BPA expires on _________________ or at the end of the contract period, whichever is earlier.

 

(6) The following office(s) is hereby authorized to place orders under this BPA:

 

OFFICE POINT OF CONTACT

________________________________ _______________________________

________________________________ _______________________________

 

(7) Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper.

 

(8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum:

 

(a) Name of Contractor;

 

(b) Contract Number;

 

(c) BPA Number;

 

(d) Model Number or National Stock Number (NSN);

 

(e) Purchase Order Number;

 

(f) Date of Purchase;

 

(g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information); and

(h) Date of Shipment.

 

(9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract. Invoices will be submitted to the address specified within the purchase order transmission issued against this BPA.

 

(10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor s invoice, the provisions of this BPA will take precedence.

 


BASIC GUIDELINES FOR USING

CONTRACTOR TEAM ARRANGEMENTS

 

 

Federal Supply Schedule Contractors may use Contractor Team Arrangements (see FAR 9.6) to provide solutions when responding to a customer agency requirements.

 

These Team Arrangements can be included under a Blanket Purchase Agreement (BPA). BPAs are permitted under all Federal Supply Schedule contracts.

 

Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule Contract.

 

Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors.

 

Customers should refer to FAR 9.6 for specific details on Team Arrangements.

 

Here is a general outline on how it works:

 

        The customer identifies their requirements.

 

        Federal Supply Schedule Contractors may individually meet the customers needs, or -

 

        Federal Supply Schedule Contractors may individually submit a Schedules Team Solution to meet the customer s requirement.

 

        Customers make a best value selection.