Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2010 FBO #3085
SOLICITATION NOTICE

59 -- BARCO VIDEO WALL MAINTENANCE

Notice Date
5/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
Q-0-QH-A4-CC-A18-000
 
Archive Date
6/1/2010
 
Point of Contact
Camille D Pettway Freeman, Phone: 404-338-9212
 
E-Mail Address
camille.pettwayfreeman@irs.gov
(camille.pettwayfreeman@irs.gov)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q-0-QH-A4-CC-A18-000, and is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This requirement is set-aside for small businesses for which the North American Industry Classification System (NAICS) Code is 811211, and the Small Business Size Standard is 7.0 million. Basis of award will be an all or none based on the lowest price quoted from the responsive and responsible authorized BARCO dealers/technicians. Quotes will only be considered from BARCO authorized dealers/technicians who are regularly established in the business relevant to the scope of work to be performed. Contractors must be registered in the Central Contractor Registration (CCR) and not on the Excluded Parties List System (EPLS) to be considered for award of this contract. 1. OVERVIEW a. The contractor shall provide preventative and repair/corrective maintenance services, for the Internal Revenue Service (IRS) as described herein, for BARCO video wall units. The services are needed at 2385 Chamblee Tucker Rd., Chamblee, GA 30241 and 5333 Getwell Rd, Memphis, TN 38118, Contact Center Support Division (CCSD) Monitoring Room to ensure uninterrupted operational and technical support. b. The contractor shall provide all equipment, management, supervision, labor, materials, tools and supplies required to perform preventative/maintenance services; and shall plan schedule and coordinate tasks needed to ensure effective and efficient completion of all work. The services shall only be performed by certified BARCO Technicians. 2. SPECIFICAITONS OF THE VIDEO WALL a. The wall is a 2x5 array of 50 inch cubes. b. Each cube is 30 inches high x 40 inches wide so the overall dimension is 60 inches high x 200 inches wide. c. Each unit has a pair of UHP lamps (120 watts). 3. WORK REQUIREMENTS The contractor shall provide preventive and repair/corrective services as follows: 3.1 PREVENTIVE MAINTENANCE a. The contractor shall provide three (initial plus two) scheduled preventative maintenance service calls. b. The contractor shall identify any faulty parts or defects that the IRS should consider repairing or replacing. This includes but, is not limited to screens, electronics, mounting assemblies, cabling, and computing equipment. c. The contractor shall provide video minimums’ i.e. minimum resolution, lumens per cube during the service calls. d. The contractor shall coordinate schedule with the IRS Point of Contact for all service calls. The contractor shall be responsible for all travel expenses incurred during service calls. e. The initial preventive visit shall include a system testing and tune up which also includes replacement of lamps, cleaning of filters, and alignment/color balancing. f. The contractor shall provide on-site labor to perform prescheduled routine cleaning, adjustments and alignments to restore optimum system performance. g. The initial preventative maintenance service visit to the Atlanta and Memphis CCSD Monitoring Rooms shall be made within 30 days after award. 3.2 REPAIR/CORRECTIVE MAINTENANCE a. The contractor shall provide estimated cost for installation of replacement hardware including parts and labor to IRS Point of contact for prior approval. b. If the service call amount is less than $2,500.00, the amount shall be paid with government credit card. If the service is more than $2,500.00 prior approval is needed from the Contracting Officer. The contractor shall submit 3 cost estimates from 3 suppliers. c. The contractor shall provide on-site troubleshooting within 8 hours after notification to localize and diagnose faults within the system(s) for all service calls. 4. INSPECTION & ACCEPTANCE The CCSD, Chief, Operations Support Section shall verify that the initial site visit has been performed and after the two scheduled maintenance visits have taken place. 5. SUMMARY REPORTS a. The contractor shall provide reports of preventative maintenance and corrective services performed each time services are conducted. Reports shall be submitted to IRS Point of Contact on contractor’s letterhead (company name, address, and phone number). b. The contractor shall also report any faulty parts or defects (includes but are not limited to screens, electronics, mounting assemblies, cabling, and computing equipment) during maintenance visits. 6. PERIOD OF PERFORMANCE 6 months from contract award. 7. PROJECT MANAGER The Contractor’s designated Project Manager: Name/Address/Phone: (To be provided with quote) 8. BUILDING ACCESS REQUIREMENTS a. Hours of Operation The IRS CCSD will be available to the contractor during the hours of 7:00 A.M. to 7:00 P.M., (Eastern Standard Time) Monday through Friday, excluding holidays. b. Federal Holidays The contractor shall not work on Federal holidays, or any other day designated by Federal Statute, Executive Order, or Presidential Proclamation. The IRS is not responsible for holiday pay for the contractor. The Federal Holidays observed by Federal employees are listed below: New Year's Day Martin Luther King, Jr.'s Birthday (observed) President's Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day c. Photo-Identification Contractor's corporate identification badges shall be worn on the outer garment. Obtaining the corporate identification is the sole responsibility of the contractor. All on-site contractors’ personnel shall abide by applicable security regulations. d. Escort of Contractor Employees The contractor’s employees shall be escorted by IRS employees for the duration of the services performed under this contract upon entering and exiting the buildings. 9. ARRIVAL/DEPARTURE REQUIRMENT Security Check: Entrance and/or exit to/from both locations may require a security-guard check. Contractor is responsible for factoring sufficient time to allow such check(s) to ensure that the scheduled timeframe is met. 10. PRE AWARD SITE VISIT Pre award site visit is scheduled on 05/10/2010 10:00 A.M. at 2385 Chamblee Tucker Rd. Chamblee, GA 30241. Call the IRS Point of Contact Umesh Dureja 678-595-3604 at least 48 hours prior to the site visit to confirm attendance. The site visit is for the purpose of evaluating environment, operational procedures and safety requirements. The IRS is not responsible for contractor’s expenses and related expenses associated with site visits. 11. WAGE DETERMINATION The Department of Labor Wage Determination (DOL) Service Contract Act (SCA) is applicable to this contract. Wage Determination No: 2005-2133, REV (07), AREA: Georgia, Date of Revision: 10/15/2010 and Wage Determination No: 2005-2495, REV (11), AREA: Tennessee, Date of Revision: 10/29/2009. Contractor shall pay its employees no less than the prevailing wage rates determined by DOL. The contractor may obtain this wage determination from Department of Labor at: http://www.wdol.gov/wdol/scafiles/std/05-2413.txt 12. PROVISIONS/CLAUSES The following Provisions and Clauses are applicable to this acquisition: • The provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -- Commercial Items, apply to this acquisition. Submit quotes as specified in paragraph 13. • The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders -- Commercial Items • The following addenda to FAR 52.212-4: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel. • The following FAR clauses cited in 52.212-5 apply to this acquisition: 52.217-9 Option to Extend the Term of the Contract, 52.219-6, 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer; 52.222-41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires – GA - Electronic Technician I $19.09, Electronic Technician II $24.64, Electronic Technician III $ 26.34 TN - Electronic Technician I $20.23, Electronic Technician II $22.01, Electronic Technician III $ 23.80 13. PREPARATION AND SUBMISSION OF QUOTES: To submit a valid quote to be considered for this award, submit the following completed information: a. Representations and Certifications: Contractors must either a) complete the Representations and Certifications (Reps and Certs) electronically via the Online Representations and Certifications Application (ORCA) at www.ccr.gov or b) submit a completed copy of the Reps and Certs under FAR provision 52.212-3, Offeror Representations and Certifications. Full text of the provision may be accessed at www.arnet.gov/far/ b. Certification of BARCO dealer/technician. c. Completed paragraph 7 (Project Manager). d. Completed price schedule (paragraph 14). Deadline for submission of the above required documentations is May 17, 2010 by 12:00 NOON (Eastern Standard Time). Responses can be faxed to (404) 338-9233, Attn: Camille Pettway Freeman, e-mail: camille.pettwayfreeman@irs.gov, or mailed to: Internal Revenue Service ATTN: Camille Pettway Freeman Office of Business Operations Field Operations Branch (OS: A: P: B: S: A) 2888 Woodcock Blvd., Ste 300 Atlanta, GA 30341 14. PRICE SCHEDULE QTY Unit Unit Price Total CLIN 0001 Preventive Maintenance Services 3 Each (Services every 2 months) CLIN 0002 Repair/Corrective Services (Provide labor category and rate of service below) Labor Category (Repair) __________ Rate_______ per_________ 15. INFORMATION CONCERNING RFQ Any questions concerning this Request for Quotation should be directed, in writing, to Camille Pettway Freeman, e-mail: camille.pettwayfreman@irs.gov or fax: 404-338-9233. Deadline for submission of questions is May 17, 2010 by 12:00 NOON (Eastern Standard Time) ANTICIPATED AWARD DATE: The anticipated award date is on or before June 4, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/Q-0-QH-A4-CC-A18-000/listing.html)
 
Place of Performance
Address: 2385 Chamblee Tucker Rd., Chamblee, GA 30241 and 5333 Getwell Rd., Memphis, TN 38118, United States
Zip Code: 38118
 
Record
SN02140271-W 20100506/100504235718-b42c62e1ba63f32a1da321461540193c (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.