SOLICITATION NOTICE
R -- IT SPECIALIST TECHNICAL SUPPORT
- Notice Date
- 8/25/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060406Q6131
- Response Due
- 8/29/2006
- Archive Date
- 9/28/2006
- Description
- This solicitation is restricted to small businesses. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20020314. The NAICS code is 541519 and the business size standard is 500 employees. This requirement is for a firm fixed price contract for TITLE: IT Support Services. GENERAL: The services of an IT specialist with technical support are required to monitor, install and perform maintenance on servers, microcomputers, laptop computers, software (including standard and legacy applications), routers, hub, switches, various hardware, networks and other IT duties as needed. OBJECTIVE: Maintain network services and IT duties as needed. SPECIFIC TASKS: The following tasks shall be performed independent of Government supervision, direction, or control: Monitor, install and perform maintenance on servers, microcomputers, software (including standard and legacy applications) and other IT duties as needed. REPORTING REQUIREMENTS: Contractor to bill monthly according to actual hours expanded each month and submits invoice to the POC. QUALIFICATION REQUIREMENTS: The IT specialist selected for the performance of this statement of work must have specific experience in computer networking and troubleshooting. Analyzes, plans designs, and installs new personal computer systems and reviews, monitors and upgrades existing personal computer systems. Determines user specifications for hardware and software. Purchases or builds software to meet user needs. Installs new, and maintains existing hardware and software. PLACE AND PERIOD OF PERFORMANCE, WORK DAYS AND TRAVEL: Place of Performance: Naval Environmental & Preventive Medicine Unit 6 1215 North Road Bldg. 1535 Pearl Harbor, HI 96860 Period of Performance: The period of performance shall be from the effective date of purchase order award through 30 December 2006. Work Days: Exact days and times service required to be coordinated by government technical point of contact. SECURITY CLEARNACE: None required; the effort is unclassified. FOB Destination, Pearl Harbor, Hawaii. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offers-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.225-7035, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contrac t Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222?41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT ? CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 29 August 2006. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201 LL), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at (808) 473-5750. E-mail quotes may be addressed to: lambert.leong@navy.mil.
- Record
- SN01126412-W 20060827/060825222123 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |