SOLICITATION NOTICE
J -- Repair and Maintain Siemens HiPath telephone switch
- Notice Date
- 2/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd, Suite C, Pope AFB, North Carolina, 28308-2896, United States
- ZIP Code
- 28308-2896
- Solicitation Number
- 09T9998
- Archive Date
- 3/6/2009
- Point of Contact
- Cynthia Williams,, Phone: 910-394-6914
- E-Mail Address
-
Cynthia.Williams@pope.af.mil
- Small Business Set-Aside
- N/A
- Description
- (1)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 requested and a written solicitation will not be issued. (ii)This solicitation/synopsis reference number is F3M0CP8266A001and is being issued as a Request for Quote (RFQ). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. (iv)This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811213; Small Business standard is $7.0 million dollars. (v)This requirement is to repair and maintain Siemens HiPath 4000 Telephone switch (PBX) crisis management dispatch consoles and all associated Siemens telecommunications hardware and software. This contract will have a Base Year with two option years. Provide pricing for each year and a total price for all three years. Base year: 03 March 2009 thru 30 Sep 2009 1 st Option year: 01 Oct 2009 thru 30 Sep 2010 2 nd Option year: 01 Oct 2010 thru 30 Sep 2011 The Government will award a contract resulting from this request for quote (RFQ) to the responsible contractor whose offer conforms to this RFQ and will be most advantageous to the Government. (vi) Pricing shall be FOB Destination. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ) FAR 52.212-1: Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price - The Government will evaluate offers for award purposes on the total price for the requirement: Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representation and certifications at http//orca.bpn.gov. The following clauses are incorporated by reference: FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4 Contract Terms and Condition-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-21 Prohibition Of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-37 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-1 Buy American Act - Supplies, Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-14 Bankruptcy FAR 52.253-1 Computer Generated Forms DFARS 252.204-7003 Control of government personnel work product DFARS 252.204-7004 (Alt A) Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000 Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225-7001 BAA - Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests (Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Request. The WAWF routing information will be provided upon award. DFARS 252.243-7001 (Fixed Price) DFARS 252.246-7000 Material Inspection and receiving report AFFARS 5352.201-9101 Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.242-9000-Contractor Access to Air force Installations (viii)Defense Priorities and Allocation System: Not Applicable. (ix)Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 19 Feb 09 not later than 4:00 PM Eastern Standard time. Requests should be marked with purchase request number F3M0CP8266A001. All responsible sources may submit a quotation; all prospective contractors must be registered in the CCR data base prior to submitting a proposal. (x)Address questions to Cynthia Williams, at (910) 394-6914, fax (910) 394-5687 OR 6279; email: Cynthia.Williams@pope.af.mil. (xi)For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov. Performance Work Statement (PWS) Maintenance and Repair of Siemens HiPath 4000 Telephone switch (PBX) 1.0 SCOPE 1.1 GENERAL This Performance Work Statement (PWS) establishes the requirements for maintenance and repair for the Siemens HiPath 4000 telephone switch (PBX) crisis management dispatch consoles and all associated Siemens telecommunications hardware and software. Primary technical services shall be performed by individuals who are capable of performing maintenance and repair of the Siemens HiPath 4000 telephone switch (PBX), crisis management dispatch consoles and all associated Siemens telecommunications hardware and software. Copies of personnel certification to repair and maintain the Siemens HiPath 4000 telephone switch (PBX) crisis management dispatch consoles, and all associated Siemens telecommunications hardware and software, must be provided to the Contracting Officer at time of award. 1.2 SCOPE The Siemens HiPath 4000 telephone switch (PBX) console is operational 24 hours per day, 7 days per week. When the Contractor must schedule a service interruption for the purpose of working on the Siemens HiPath 4000 telephone switch (PBX) crisis management dispatch consoles, the work shall be done at a time that causes the least inconvenience to the system users. The Contractor shall notify and obtain approval from the on-site designated representative in advance of any scheduled service interruption. The Contractor shall specify the starting time and duration of the interruption along with what lines will be affected. 1.3 PERIOD OF PERFORMANCE The period of performance to accomplish all tasks in a given contract period will be twelve (12) months from the date of the award or option exercise, as applicable. 1.4 CONTRACT MANAGEMENT All requirements within the PWS apply to this effort and addressed in the Records Maintenance Reports as identified in paragraph 1.4.1 below. 1.4.1 Record Maintenance. The Contractor shall maintain the Siemens HiPath 4000 telephone switch (PBX) crisis management dispatch console trouble report records. 1.4.3 Trouble Report Records. The Contractor shall maintain written records of all outages and trouble reports made by the on-site designated representative. These records shall include appropriate identification of the user by: station line affected, time, date, nature of the trouble, type of outage (major or minor), the action taken to clear or satisfy the trouble or complaint, and the date and time of trouble clearance, or other dispositions. If requested by the Government, the contractor shall provide the original record, or a reproducible copy of any such record within 5 working days of receipt of the request. These records shall be given to the on-site designated representative upon expiration of the contract. 1.5 GOVERNMENT-FURNISHED INFORMATION/EQUIPMENT/MATERIALS/FACILITIES The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to accomplish level of maintenance required. Government will reimburse for contractor acquired replacement parts. •1.6 SECURITY The contractor shall coordinate base access requirements with the on-site representative. Contractor personnel will not require a security clearance. 2.0 REQUIREMENTS 2.1 LEVEL OF MAINTENANCE. The Contractor shall perform corrective maintenance to restore all outages IAW the following subparagraphs. The Contractor shall provide verbal notification to the on-site designated representative at each site, within 4 hours after service is restored. Included in this verbal notification shall be a description of the corrective action(s) taken to restore the system to proper operation. 2.2. DEFINITIONS OF MAJOR/MINOR FAILURES. 2.2.1 Major Failures: Major failure is described as loss of supervision, conference capability, or ability to initiate or answer calls over 20 percent of the circuits terminated. If appropriate, the contractor shall respond remotely within two hours upon notification of the problem and attempt to restore service or respond on site within 4 hours of notification 24X7X365. 2.2.2. Minor Failures: Minor failure is described as any normal/abnormal hardware or software fault that degrades services to less than designed performance; but which does not constitute a Major. The contractor shall respond to all minor failures within 24 hours Monday through Friday during regular duty hours, excluding Siemens holidays. 3.0 PLANNING/PROGRAMMING The contractor shall provide all manpower and equipment necessary to complete the maintenance and support efforts at locations identified by the designated representative. This work will be conducted at the subject installation. The contractor shall present findings to the designated representative as stated in this PWS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=986629f573a855950903c6d7e28957f5&tab=core&_cview=1)
- Record
- SN01749024-W 20090213/090211220927-986629f573a855950903c6d7e28957f5 (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 |