Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

D -- The Contractor will provide the subscription of the T-120 Backup and service support. The contract is for a base year and three option years.

Notice Date
6/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
AE600020860005
 
Response Due
7/10/2012
 
Archive Date
9/8/2012
 
Point of Contact
michelle fike, 7172675325
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(michelle.l.fike@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 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 requirement is 100% set aside for small businesses. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The purchase request number for this procurement is AE600020860005 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract with a base year and three option years. The award will be made based on the lowest price and the ability to meet minimum specifications (technically capable). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-52. The North American Industry Classification System (NAICS) code is 811212. The Small Business Size Standard for this code is $25.5 Million. All responsible contractors shall provide an offer for the following and must meet the requirements to be considered. Provide descriptive literature and specifications for evaluation. The Government reserves the right to determine technical acceptability. LINE ITEM 0001 - The contractor will provide the maintenance of the T-120 Tape Backup in accordance with the Performance Work Statement. LINE ITEM 0002 - Manpower Reporting Requirement in accordance with L16. LINE ITEM 1001 - The contractor will provide the maintenance of the T-120 Tape Backup in accordance with the Performance Work Statement. LINE ITEM 1002 - Manpower Reporting Requirement in accordance with L16. LINE ITEM 2001 - The contractor will provide the maintenance of the T-120 Tape Backup in accordance with the Performance Work Statement. LINE ITEM 2002 - Manpower Reporting Requirement in accordance with L16. LINE ITEM 3001 - The contractor will provide the maintenance of the T-120 Tape Backup in accordance with the Performance Work Statement. LINE ITEM 3002 - Manpower Reporting Requirement in accordance with L16. Performance Work Statement is as follows: PERFORMANCE WORK STATEMENT (PWS) FOR T-120 Maintenance For the Directorate of Information Management (DOIM) At Letterkenny Army Depot (LEAD) 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform T-120 as defined in this PWS, except as specified in Section 3.0 as Government Furnished Property or Services. The contractor shall perform to the standards in this contract. 1.2 Background: This contract is for Subscription and Support of existing Government owned Software that is utilized in various buildings at LEAD. 1.3 Period of Performance (PoP): The Period of Performance shall be one (1) Base Year of 12 months and (3) Option Years. The Period of Performance reads as follows: 1.3.1 Base Year: 2012 to 2013 1.3.2 Option Year One: 2013 to 2014 1.3.3 Option Year Two: 2014 to 2015 1.3.4 Option Year Three: 2015 to 2016 1.4 General Information: 1.4.1 Quality Control (QC): The contractor shall develop and maintain an effective QC program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QC program is the means by which he assures himself that his work complies with the requirements of the contract. As a minimum, the contractor shall develop QC procedures that address the areas identified in Technical Exhibit 1, "Performance Requirements Summary." After acceptance of the QC Plan, the contractor shall obtain the Contracting Officer's acceptance in writing of any proposed changes to his QC system. 1.4.2 Quality Assurance (QA): The Government shall evaluate the contractor's performance under this contract in accordance with the Technical Exhibit 1. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.4.3 Recognized Federal Holidays: The following are recognized Federal holidays. 1.4.3.1 New Year's Day: January 1st 1.4.3.2 Martin Luther King, Jr.,s Birthday: Third Monday in January 1.4.3.3 President's Day: Third Monday in February 1.4.3.4 Memorial Day: Last Monday in May 1.4.3.5 Independence Day: July 4th 1.4.3.6 Labor Day: First Monday in September 1.4.3.7 Columbus Day: First Monday in October 1.4.3.8 Veteran's Day: November 11th 1.4.3.9 Thanksgiving Day: Third Thursday in November 1.4.3.10 Christmas Day: December 25th 1.4.4 Place and Performance of Services: The contractor shall provide services 7:00 a.m.to 3:30 p.m. EST, Monday through Friday excluding Federal Holidays, except when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.5 Security Requirements: There are no special security requirements. None of the equipment is located in secure areas. All service technicians will follow the LEAD DOIM Visitor Policy. 1.4.5.1 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.6 Conservation of Utilities: The contractor shall instruct employees in utilizes conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.4.7 Special Qualifications: The Contractor shall have experience in the evaluation, repair and test of the hardware or software in this PWS. 1.4.8 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the Contracting Officer. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.9 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 2.0 Definitions and Acronyms: 2.1 Performance Work Statement (PWS): The PWS is the description of what the Government intends to buy, regardless of the outcome of the cost comparison. The PWS is a method for identifying what we require and for the SP to tell us how they will meet those requirements. The Government's Most Efficient Organization (MEO) and related costs and contractor technical and cost proposals are all based on the PWS. 2.2 Contracting Officer's Representative (COR): A representative from the requiring activity appointed by the Contracting Officer to perform surveillance and to act as liaison to the contractor. 2.3 Defective Service: A service output that does not meet the standard of performance associated within the PWS. 2.4 Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contactor performance. 2.5 Quality Control (QC): Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. 2.6 Quality Assurance (QA): Those actions taken by the Government to assure services meet the requirements of the PWS. 3.0 Government Furnished Property, Equipment and Services: 3.1 General: The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1.1 Facilities: The Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS. 3.1.2 Utilities: All utilities in the facility will be available for the contactor's use in the performance of duties outlined in this PWS. 4.0 Contractor Furnished Property, Equipment and Services: 4.1.1 Equipment - The Contractor shall be fully responsible for all software, equipment, parts and supplies to perform the maintenance of the T-120 identified in this PWS. This shall include all labor, equipment, tools, parts, manuals, materials, and shipping costs. 4.1.2 Except for those items specifically stated to be Government-Furnished in Section 3.0 above, the contractor shall furnish everything required to perform these installations and maintenance for the life of this contract. 4.1.3 The maintenance response time shall be within four hours of the maintenance request, 7:00 a.m. to 3:30 p.m. Eastern Standard Time (EST) Monday through Friday excluding Federal Holidays, scheduled by the Contracting Officers Representative or authorized government representative. Maintenance requests shall be made by the customer through the company's web site or telephone. The contractor shall have experience maintaining T-120 Tape Backup. 4.1.4 Overnight shipping of all replacement parts or equipment, updates and patches to the software will be at the contractor's expense. 5.0 Requirements: The contractor shall: 5.1.1 Respond to service calls placed by the COR or an authorized government representative within 4 hours to evaluate or repair the T-120 Tape Backup. 5.1.2 Provide product license, upgrades and updates when available within five working days 5.1.3 Provide license management though the USB Dongle 5.1.4. Software: 5.1.4.1 1 each, ASMB w/Next Business Day On Site Support, T120, 6 Drives, 1 Qip, 120 Slots 5.1.5 Provide a maintenance memo after each maintenance call within three business days. The maintenance memorandum shall include the corrective actions to the equipment being repaired or software. Please note, a maintenance memo is not the invoice but a description of what was done to include any equipment replacement and repairs. 5.2 Contractor Manpower Reporting (CMR): The contractor shall enter the required information into https://cmra.army.mil in accordance with Secretary of the Army Memorandum: Accounting for Contract Services dated 7 Jan 2005. TECHNICAL EXHIBIT 1 Deliverables Schedule DeliverableFrequencyNumber of CopiesMedium/FormatSubmit To 5.3.3 - CMRAAnnuallyN/AElectronic Submission https://cmra.army.mil STATEMENT OF COMPLIANCE Offerors must indicate, on a paragraph-by-paragraph basis, whether or not they can comply with LEAD requirements as given in the Statement of Work. A prepared form entitled, "Offeror's Statement of Compliance" is provided. The left hand column of the form lists the paragraph that must be addressed by the offeror. Two blocked spaces in columns headed "comply" and "non-comply" are to the immediate right of each paragraph designated. The entry of an "X" is required in one of these two blocks, along with a written response in the Method of Compliance/Reason for Non-Compliance column. The response must explain how the offeror will comply with the specific requirement or explain the degree and reason for non-compliance. Offerors are advised that checking "non-comply" for any paragraph will result in rejection of the offer unless the reason for non-compliance is acceptable to the Government. If additional space for explanation is required, a separate sheet may be used to continue the explanation. If such a continuation sheet is used, it must refer to the paragraph title being referenced. Offerors are reminded that requirements specified in the Statement of Work stem from performance needs at LEAD. When an offeror must take an exception to a specified requirement, they are advised to provide as much information as possible about what is being offered in order that LEAD personnel can assess whether or not the exception is acceptable to the Government and evaluate the impact upon LEAD's performance needs. PARAGRAPHCOMPLYNON-COMPLYFOR NON-COMPLIANCE JUSTIFICATION AND/OR ALTERNATIVE OFFER WITH EXPLANATION 1.1 1.2 1.4.1 1.4.3 1.4.3.1 1.4.3.2 1.4.3.3 1.4.3.4 1.4.3.5 1.4.3.6 1.4.3.7 1.4.3.8 1.4.3.9 1.4.3.10 1.4.4 1.4.5 1.4.5.1 1.4.6 1.4.7 1.4.8 1.4.9 4.0 4.1.1 4.1.2 4.1.3 4.1.4 5.0 5.1 5.1.1 5.1.1.1 5.1.1.2 5.1.1.3 5.1.1.4 5.1.5 5.2 The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offeror-Commercial Items. In accordance with FAR 52.212-2, the award decision will be based on the lowest priced technically acceptable offer. Offerors must complete FAR 52.212-3, ALT I Offerors Representations and Certifications Commercial Items or do so online at http://orca.bpn.gov. FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) apply to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-7 Central Contractor Registration (APR 2008); FAR 52.212-3, Alt 1 Offerors Representations and Certifications-Commercial Items (MAY 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (AUG 2011); FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside(JUN 2003); FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contract and Compliance Reports (FEB 1999); FAR 52.222-25 Affirmative Action Compliance (APR 1984); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246);) FAR 52.222.41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 52.252-2 Clauses incorporated by reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations In Clauses (Apr 1984); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.204-7004 Alternate A Central Contractor Registration (SEP 2007); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (OCT 2011); DFARS 252.225-7001 Buy American Act and Balance of Payments Progra (OCT 2011)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (DEC 2006); DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (MAY 2002); L16CONTRACTOR MANPOWER REPORTING REQUIREMENT "The office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontractors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: "https://contractormanpower.army.pentagon.mil." The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or Installation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in sub-contracts at any tier under this Contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labor dollars and location where provided. While the Contracting Officer's Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. UNIT IDENTIFICATION CODES WHICH APPLY TO LETTERKENNY ARMY DEPOT ARE AS FOLLOWS: W0H91Q Field Office IMMC W0L6AA USA Depot Letterkenny W39Z02 OSC LEAD Munitions W459AA USA TMDE Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN: CCAM-ALK 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Michelle L. Fike, Michelle.l.fike.civ@mail.mil Letterkenny Army Depot (AMCOM-CC) IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. 6) Offers are due by Close of Business on 10 July 2012, 9:00AM Eastern Standard Time. Submit offers via fax to (717) 267-9834 (Attn: Michelle Fike) or email to michelle.l.fike.civ@mail.mil. 7) Payment will be made through Wide Area Work Flow (WAWF). 8) Offerors who respond directly to ASFI will not be considered responsive. 9)Wage Determination: The Wage Determination Number 2005-2249, Revision Number 11 dated 13 June 2011 and is hereby incorporated. Wage Determination can be viewed at http://www.wdol.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11792229ac3350c7aa003b4ea1cb5cfb)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02778889-W 20120620/120618235224-11792229ac3350c7aa003b4ea1cb5cfb (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.