Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2002 FBO #0052
SOLICITATION NOTICE

D -- MAINTENANCE OF DATA SWITCH EQUIPMENT

Notice Date
1/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
RFP069907
 
Response Due
2/1/2002
 
Archive Date
2/16/2002
 
Point of Contact
Susan Smith, Contracting Officer, Phone 304-625-2441, Fax 304-625-5391, - Linda Ruppert, Contract Specialist, Phone 304-625-2444, Fax 304-625-5391,
 
E-Mail Address
susmith@leo.gov, lruppert@leo.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 069907 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. This acquisition is not a set-aside; the associated North American Industry Classification System code is 541519, Other Computer Related Services; and the small business size standard is $18.0 million in annual revenue. The Federal Bureau of Investigation (FBI) intends to negotiate on a sole-source basis with INRANGE Technologies Corporation for maintenance of the following Data Switch Equipment: Contract Line Item Numbers(CLINS) 0001: Model 18001 Channel Switch, 28 x 24; CLIN 0002: System Controller Model SC9090PC; CLIN 0003: Model 90906 Channel Extender, Side A; CLIN 0004: Model 90906 Channel Extender, Side B; CLIN 0005: Expansion CI-A; and CLIN 0006: Expansion CI-B. Maintenance shall be for the period October 1, 2001 through September 30, 2002, with four one-year option periods. Maintenance shall be provided based on a monthly rate per CLIN. The maintenance shall be provided on-site in Washington, D. C. Maintenance requirements are as follows: (1) Parts, labor, transportation, and substitute equipment as necessary for effective performance up-time of 99 percent. (2) On-call maintenance shall be required with a four-hour response time during the Principal Period of Maintenance, which is 24 hours per day, seven days per week, 365 days per year. (3) The Contractor shall be required to keep an ample supply of critical parts on site. All other parts should be available locally or accessible within four hours. The Contractor shall provide the location of the nearest depot and the method of obtaining parts if they are unavailable at the depot. (4) The Contractor shall provide all test equipment and test software. Maintenance service shall include those items of equipment/ software necessary to the maintenance of the specified Data Switch equipment. (5) The Contractor shall provide hardware maintenance plans including escalation procedures for problem determination and correction. (6) The Contractor shall specify in writing the frequency and duration of the Preventive Maintenance required for the specified Data Switch equipment. (7) The Contractor must be willing to work with other vendors to resolve equipment malfunctions when the area of responsibility is unclear. (8) The Government may discontinue maintenance of any of the above CLINs upon a 30-day notice of discontinuance of maintenance to the Contractor. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The factors to be used to evaluate offers and listed in descending order of importance are as follows: (i) technical capability to meet the Government's maintenance requirements, (ii) price, and (iii) past performance. Technical and past performance, when combined, are equal when compared to price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition; and the following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program; 52.225-5, Trade Agreements; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-16, Sanctioned European Union Country Services; and 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. Numbered Note 22 applies to this acquisition. Offers are due at 4:30 p.m. local time, February 1, 2002, at Federal Bureau of Investigation, Information Technology Contracts Unit, Module B-3, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, to the attention of Susan J. Smith or at www.susmith@leo.gov. To be considered an acceptable offer, the following must be included: a technical proposal to include the hardware maintenance plan with escalation procedures for problem determination and correction; a price proposal which includes pricing for the base year as well as the four option years; past performance information to include the name, address, and telephone number of at least three other government agencies or commercial customers who have acquired the same or similar services; and a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. For any questions regarding this synopsis/solicitation, please contact Susan J. Smith at (304) 625-2441 or by e-mail at the above address.
 
Place of Performance
Address: Federal Bureau of Investigation, Room 1929, J. Edgar Hoover F.B.I. Building, 935 Pennsylvania Avenue, N. W., Washington, DC
Zip Code: 20535-0001
Country: USA
 
Record
SN20020123/00016189-020122122751 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.