Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

R -- NAVSUP (NAVSUP) Fleet Logistics Center Norfolk Philadelphia Office intends to acquire maintenance and technical support services of NAVSUP VTC Network Bridges.

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018912Q3234
 
Response Due
9/7/2012
 
Archive Date
9/22/2012
 
Point of Contact
Jay F. Gardner 215-697-9601 Jay F. Gardner, Code 02P21B, at (215) 697-9601 or FAX: (215) 697-5418/9569, e-mail address: jay.gardner@navy.mil
 
Small Business Set-Aside
N/A
 
Description
NAVSUP (NAVSUP) Fleet Logistics Center Norfolk Philadelphia Office intends to acquire maintenance and technical support services for Naval Supply Systems Command Video Teleconference (VTC) Network Bridges on an unrestricted basis in support of NAVSUP Weapon Support Systems Mechanicsburg, PA. Request for Quotation (RFQ) N00189-12-Q-3234 contemplates a firm-fixed-price purchase order. The applicable North American Industry Classification System code is 811213. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This is a full and open competitive procurement. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): CLIN 0001 “ QTY: 12 Months; Provide maintenance and technical support of equipment listed in SOW for the Base Period of performance commencing 28 September 20012 and continuing through 27 September 2013; CLIN 0002 “ QTY: 12 Months; Provide maintenance and technical support of equipment listed in SOW for Option Year One Period of performance commencing 28 September 2013 and continuing through 27 September 2014. Statement of Work - Maintenance and Technical Support of Naval Supply Systems Command (NAVSUP) Video Teleconference (VTC) Network Bridges This is a Firm Fixed-Price Award paid on a monthly basis; travel costs will not be paid separately Contractor will provide 24x7xNBD (next business day) support VTC maintenance services for the NAVSUP CISCO Codian Video/Data bridges MSE8000 (2) (Serial Numbers SM012131 and SM011CD5) in Mechanicsburg, PA. and a CISCO MPS 200 (1) Video/Data bridge (Serial Number 60A10074) in Yokosuka Japan contractor will provide the following services: Staffing and operation of a Maintenance and Technical Assistance Center, including a Help Desk - Contractor will operate and maintain a Maintenance and Technical Assistance Center. This center is responsible for overall coordination and management of all Maintenance Services. Normal business hours are 0700 and 1900 Eastern Standard Time. Contractor will provide a 1-800 toll free number to assist NAVSUP bridge sites. The 1-800 service supports simultaneous multi line calls. On-site preventive and corrective maintenance of Government-Furnished Equipment, including minor, routine, and emergency repairs. Provide at no extra charge software upgrades for the CISCO bridges when the OEM issues them. VTC Preventive and Corrective Maintenance. Preventive Maintenance. Contractor will maintain all facilities, equipment, parts and personnel required for preventing deficiencies of the NAVSUP VTC bridge system. Contractor will be responsible for shipment and return of all equipment and spares required for performing preventive maintenance. Contractor will provide preventive maintenance twice a year at all NAVSUP VTC bridge sites, to be completed within 4 hours of commencing work. Corrective Maintenance Contractor will maintain all facilities, equipment, parts and personnel required for correcting deficiencies of the NAVSUP VTC bridge system. Contractor will be responsible for shipment and return of all equipment and spares required for performing corrective maintenance. Contractor will respond to the Government ™s request for assistance within 2 business hours and will complete corrective actions within 8 business hours of the original request. Spares “ Contractor will maintain the following spares for the Cisco MSE8000 and MPS200 MCUs and all associated equipment and licenses listed in the table below. DescriptionModelQty ZCare Premier MSTR 24X7XNBD for MSE-8310-PL 1 PRI port licenseCON-PMDN-8310-1PL16 ZCare Premier MSTR 24X7XNBD for Media blade Lic - 2 SD or 1 720p HD MCU Port, 1 Voice PortCON-PMDN-8420-2PL80 ZCare Premier MSTR 24X7XNBD for MCU MSE 8510 - (Media2) MCU blade up to 80 MCU (Media) PortsCON-PMDN-8510MED22 ZCare Premier MSTR 24X7XNBD for MSE-8000-B2 Media Services Engine Chassis BundleCON-PMDN-8KMSECH2 ZCare Premier MSTR 24X7XNBD for ISDN GW MSE 8321 - H.320 gateway blade up to 8 PRI PortsCON-PMDN-C8321GK92 ZCare Premier MSTR 24X7XNBD for Order L-MPS-PAK for E-delivery of 20 MPS MCU Media Port LicCON-PMDN-LMPS20MP1 ZCare Premier MSTR 24X7XNBD for Advanced Video Option (AVO) For 20 MCU Ports For MPSCON-PMDN-MPS20AV1 ZCare Premier MSTR 24X7XNBD for MPS External Network Interface (8 x V35/8 x X.21/RS-449)CON-PMDN-MPS-8V352 ZCare Premier MSTR 24X7XNBD for MPS 200CON-PMDN-MPSC2001 Reporting The vendor will be required to submit the following reports to the NAVSUP VTC Program Office: System Status Report. The Report to NAVSUP VTC Program Office when a system outage exceeds 4 hours, notify Via e-mail and phone. Report should include: Date & Time, Site Name, Problem, ticket number, Current Status, Estimated time to resolution, and POC / Technician dispatched. Quarterly Maintenance Report, Reports shall include, for each COI site, equipment preventative maintenance was performed on, equipment repaired and equipment scheduled for maintenance in the next quarter. Information shall include the serial number and Government inventory ID number for verification. Security The work being done under this contract is not classified; however, work will be performed in secure spaces with secure systems. Therefore, vendors and personnel assigned are required to have a SECRET security clearances; a DD254 is not required. To be considered for award, vendor and proposed personnel must have an active security clearance. By submitting a quote, vendor certifies the company and personnel have the required clearances. Visit authorization requests, covering the entire period of award, must be submitted to the individual base security offices within 10 days of award. Technical Point of contact: Marty Hodge POC (NAVSUP WSS) 717-605-1600. The provision at 52.212-2, Evaluation -- Commercial Items, is included whereby award will be made to the low-priced technically acceptable quoter. To be technically acceptable, the quoter shall be in full compliance with all of the RFQ requirements and shall be an authorized CISCO re-seller. Quoters are advised to include a completed copy of the provisions at FAR 52.212-3 (Alternate I) and DFARS 252.212-7000, Quoter Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: FAR 217-9, Option to Extend the Term of the Contract, 52.212-5 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, A single award will result from this solicitation. All quotes should be e-mailed to Jay Gardner at the e-mail address stated below no later than PM (local time) on Friday, 07 September 2012 and reference RFQ N00189-12-Q-3234. For additional information concerning this requirement, please contact Jay F. Gardner, Code 02P21B, at (215) 697-9601 or FAX: (215) 697-5418/9569, e-mail address: jay.gardner@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018912Q3234/listing.html)
 
Record
SN02863791-W 20120901/120831002218-a690e8216e278e83d023b47339738951 (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.