Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
MODIFICATION

99 -- Maintenance for Quantum Hardware

Notice Date
5/23/2007
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3QCCL7109A001
 
Response Due
6/1/2007
 
Archive Date
6/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
A STATEMENT OF WORK HAS BEEN ADDED. INFORMATION TECHNOLOGY MAINTENANCE & UPDATE OF SERVERS & RELATED EQUIPMENT 23 May 2007 1.0 DESCRIPTION OF SERVICES. This Performance Based Work Statement (PWS) describes contractor services for remedial and preventive maintenance and for hardware / firmware updates on equipment listed in Appendix A. 1.1 REMEDIAL MAINTENANCE SERVICE. 1.1.1 Contractor shall provide toll-free telephone access for service calls by the government points of contact (POC) and shall repair or have repaired listed equipment. 1.1.2 The response time for this contract shall be four working hours and begins when the contractor is notified by the POC. Maximum repair time shall be 12 continuous hours and starts when the contractor begins repair procedures or four hours after notification that repairs are needed whichever occurs first, and ends when the equipment is repaired. 1.1.3 Repair of the items shall be accomplished on site when possible. When any module or subassembly cannot be repaired on site it may be removed from the system or peripheral. The contractor shal1 obtain a Temporary Issue Receipt (AF Form 1297) before any Government item may be removed from the site for repair. Contractor is responsible for equipment after removal from the government site until it is returned in good operating condition. 1.1.4 Component Reuse, Repair and /or Replacement. If components are not reparable they shall be replaced with an item which is equal to or superior to the original without alteration to form, fit or function and without voiding existing manufacturer warrantees. 1.1.5 Back up services can be used whenever the service personnel determine it necessary with concurrence of the POC, but shall be at no additional cost to the Government. 1.2 HARDWARE & FIRMWARE UPDATE SERVICE. Hardware and firmware updates shall be installed by the contractor no later than 30 days after they are made available from the manufacturer. If a software change and a hardware or firmware change must be made at the same time, the contractor shall arrange the changes with the POC so the two shall happen simultaneously. 1.3 PREVENTIVE MAINTENANCE SERVICE. Performed semi-annually maintaining the equipment within original operating specifications and using established original equipment manufacturer's maintenance routines. Contractor shall coordinate with the POC to establish the date and time to perform preventive maintenance. The POC shall have the final approval of the date and time for contractor to perform this type maintenance. 2.0 SERVICE DELIVERY SUMMARY Performance Objectives PWS Para Performance Threshold Equipment is in Good Operating Condition 1.1.2 Repair time within 12 continuous hours Hardware and firmware updated as required 1.2 Hardware and firmware updates installed no later than 30 days after they are made available from the manufacturer Preventive Maintenance 1.3 Performed semi-annually 3.0 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. The government will provide to the contractor the equipment to be serviced, required system time with ready access, adequate working space and power outlets for use by contractor service personnel, and the provisioning and disposal of supplies used for maintenance purposes. Reference material and diagnostics in the Government's possession may be used by the contractor 4.0 GENERAL INFORMATION. 4.1 QUALIFICATIONS REQUIREMENTS . All service work shall be performed by a Quantum Partner. 4.2 SECURITY & PRIVACY: Access to classified information is not expected to be required in the performance of this contract. 4.3 HOURS OF OPERATION. Service (scheduled and nonscheduled) shall be performed by the contractor during normal Government working hours, 7:30 am to 4:30 pm Monday through Friday, excluding Government holidays to the maximum extent possible. Service outside of normal working hours will be coordinated with the POC. 4.4 CONTRACTOR ACCESS. Contractor access to government installation, facilities, and equipment will be coordinated though the POC. 5.0 APPENDICES: Appendix A - Equipment List. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued.NAICS: Small Business Size Standards: 811212. This combined synopsis/solicitation is for Maintenance for Quantum Hardware M1500 7X24X4 Service; DX100 7X24X4 Service; DX100 Expansion Array 7X24X4 Service. Brand name only. An equipment list is available upon request. E-mail tina.gray@robins.af.mil for the equipment list. The following clauses (current through FAC 2005-09, and DFARS Change Notice 20060412) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation). In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Quotations may be faxed to 478-326-3590 or email tina.gray@robins.af.mil no later than 1 Jun 07, 4:00 pm EST.
 
Place of Performance
Address: WR-ALC/ITII, ROBINS AFB GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01301398-W 20070525/070523225820 (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 |
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.