Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1998 PSA#2008

Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245, Washington, DC 20310-5200

D -- SWITCH, CONSOLE, AND TERMINAL MAINTENANCE SOL W90A9L-8042-9094 DUE 012798 POC Denise Roberts, Contract Specialist, 703/693-0767; Sid Koss, Contracting Officer, 703/695-2434 E-MAIL: click here to contact the contract specialist via e-mail, roberda@hqda.army.mil. The Defense Supply Service-Washington, on behalf of the Single Agency Manager is issuing this combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Quotations are hereby requested. This solicitation is being issued as a Request for Quotation W90A9L-8042-9094. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-3. This solicitation is a 100% small business set-aside. The standard industrial classification code (SIC) is 7378 @ $18.0M. The equipment listed is under current maintenance with Haynes & Associates, Silver Spring, MD. Response to this solicitation is to be made in accordance with the following Statement of Work. Statement of Work 1. SCOPE: This contract is for preventive and remedial maintenance to include, repair service, repair parts, replacement parts, and new engineering changes (ECs) that are required to assure continuous operational performance of the Channel Switches (hereinafter referred to as Switches)during both the Principle Period of Maintenance (PPM) and the Other than Principle Period of Maintenance (OPPM). Each of the Switch hardware units consists of a Systems Controller, an Operator Console, and a Video Terminal. Repair parts, replacement parts and repair services shall include labor, parts, tools, test equipment, and materials. Maintenance and repair services will be provided for the following sites: (1) Single Agency Manager -- Pentagon Telecommunications Service Center (SAM-PTSC), the Pentagon, Washington, DC., (2) Single Agency Manager -- Data Center Operations Division, Army Data Center (SAM-DCOD, ADC), the Pentagon, Washington, DC., and (3) Computer Complex Ritchie (CCR), Site R, FT Ritchie, MD. All sites operate 24 hours a day, 7 days a week, 365/366 days a year to include all federal and Government holidays, snow days, administrative days, and days declared holidays by Presidential Executive Order (i.e. Inaugural Day). Each site must ensure that it is able to perform its mission at all time without interruption. Any downtime of the Switches would seriously jeopardize the entire communications network operating within the Military District of Washington, Site R, FT Ritchie, MD, and their environs and limit access to the world wide defense communications system. 2. GOVERNMENT POINTS OF CONTACT (POCs): The name, phone number, and address of the Government POCs at each of the sites will be provided upon contract award. 3. SECURITY REQUIREMENTS: All personnel and facilities used in the performance of this contract shall possess a TOP SECRET security clearance at the time of contract award. Upon contract award the contractor shall submit, on company letterhead, a list of all pertinent information (i.e. name, social security number, date and place of birth, start and end date for period ofperformance, date of clearance award, issuing authority, and clearance level) for personnel proposed to work on site under this contract. Further instructions will be provided upon contract award. 4. PERSONNEL REQUIREMENTS: All maintenance and repair personnel assigned to work under this contract shall be certified and trained to work on the Switch equipment being maintained and serviced under this contract. Resumes of maintenance and repair personnel must be submitted along with quotations, to verify that all personnel and security requirements are met. 5. SUBCONTRACTING: The contractor must identify any subcontractors proposed to work under this contract. Subcontracting personnel must meet the TOP SECRET security requirements and the personnel requirements. 6. SPECIFIC TASKS: a. Maintenance and repair services will be performed during the PPM and the OPPM, 24 hours day, 7 days a week, 365/366 days a year. Preventive maintenance and repair shall be performed during the PPM. Remedial maintenance and repair shall be performed during the PPM and the OPPM. b. PPM and OPPM Time Frames: The PPM is Monday through Friday, between 0800 hours and 1600 hours. The OPPM is Monday through Friday, between 1601 hours and 0759 hours, Saturday and Sunday 0001 hours to 2359 hours, and all federal holidays, administrative days, snow days, and days declared holidays by Presidential Executive Order from 000l hours to 2359 hours. c. Preventive Maintenance and Repair: All preventive maintenance and repair must be nondisruptive to the normal facility operations and shall be performed during the PPM within the designated time frames. Preventive maintenance and repair shall include, at the minimum, inspections and tests of the Switch hardware units to prevent malfunctions. In addition, the Contractor shall perform all labor, equipment adjustments, repairs and replacements in accordance with Original Equipment Manufacturer (OEM) specifications and previous engineering changes that are needed to prevent malfunctions. d. Remedial Maintenance and Repair: Remedial maintenance and repair shall be performed during the PPM and the OPPM. Remedial maintenance and repair shall be in accordance with OEM specifications and previous engineering changes. d-1. PPM Payment Policy -- Remedial maintenance and repairs performed during the PPM will be included in the Contractor's stated monthly price. The stated monthly price is inclusive of all parts, tools, test equipment, labor, materials and travel. d-2. OPPM Payment Policy -- Remedial maintenance and repairs performed during the OPPM shall be paid on a "per-call" basis and in ONE HALF HOUR INCREMENTS of the stated hourly price, regardless of the level of acceleration that the Contractor uses during performance. This stated hourly price is inclusive of all parts, materials. tools, labor, and test equipment. In addition, the Contractor will be paid for ONLY ONE maintenance or repair person for each call during the OPPM. Should the Contractor require more than one person, the Contractor shall notify the Government Point of Contact for approval before the Government will incur additional costs. e. Response Time -- Maintenance and repair personnel will report to the Government sites within two hours (three hours for Site R, FT Ritchie, MD) of the Governments bona fide attempt to contact the Contractors designated Points of Contact (POCs). A bona fide attempt is defined as being an attempt by the Government to contact the Contractor. Response time begins when the bona fide attempt is made regardless of whether person to person telephonic contact is made between the Government and the Contractor. f. Downtime -- The Switch hardware units must be maintained in a fully operational mode and be available for use by the Government 99.9% of the time. Downtime shall be construed as time during operating hours (PPM and OPPM) when any part of the Switch hardware unit is not fully operational due to a malfunction. A malfunction is defined as any condition causing a Switch (or part of the hardware unit) to perform in a manner that is not in accordance with OEM specifications or engineering changes. Downtime will be measured from the time that the Government makes a bona fide attempt to contact the Contractor POCs to the time that the malfunctioning equipment becomes fully operational. f-l. Downtime Credit -- Downtime credit is computed by dividing the monthly price by the number of cumulative hours per month and multiplying the result by the total number of downtime hours. g. Repair Parts and Services -- Switch equipment shall be repaired within eight (8) hours of the Government's bona fide attempt to contact the contractor. The Government, at its option, can require the Contractor to replace malfunctioning Switch equipment with equipment that is equal to or better than the malfunctioning equipment. The Contractor is required to maintain a supply of parts necessary to maintain, repair and replace all parts of the Switch hardware units. All parts used in effecting repairs or replacements must be in accordance with OEM specifications and previous engineering changes. The Contractor may reinstall the original Switch equipment after it has been repaired, tested for performance, and certified to be in accordance with OEM specifications and engineering changes. All parts used in repair or replacement shall be warranted by the Contractor. Parts removed will be disposed of by the Contractor. However, all parts and memory devices capable of retaining classified data will remain Government property and will not be removed from the site by the Contractor. The Contractor shall not remove any magnetic storage media from any of the sites. Deinstallation and reinstallation of Switch equipment will be scheduled at a time convenient to both the Government and the contractor. If a mutually agreeable schedule cannot be established, the Government will establish the schedule. h. Storage -- There will be no Government storage space or facilities provided for this contract. 7. DELIVERABLES: a. Contractor Points ofContact (POCS) -- The Contractor shall provide the Government with the name, telephone number, and address of both a primary and a secondary POC to receive requests for repairs and services 24 hours a day, 7 days a week, 365/366 days a year. Person to person telephonic contact with the designated POCs or an answering service where person to person contact is made are the only acceptable methods for receiving requests. b. Maintenance and Repair Reporting -- The Contractor shall provide the Government with a maintenance service report after completion of any service. The report will include the following: purchase order number, contract line item number (CLIN), date and time of notification, arrival and departure times, equipment/system location, nomenclature, serial number, repaired or replaced parts, cost of repaired or replaced parts, equipment status at departure, category of repair (e.g. PPM or OPPM), any upgrades or engineering changes, description and cause of malfunction, and description of repairs that were made. The Government site POC must verify and sign the report prior to departure of the maintenance personnel. Upon replacement of a PC or monitor, the field engineer shall sign a written statement identifying the replaced serial number and the new serial number. c. Engineering Changes (ECs): The contractor is required to notify the Government POCS, in writing, of any and all future ECs that are related to the equipment being serviced and maintained under this contract. In addition, the contractor shall include in their written notification to the Government a detailed description of the EC and its possible benefit(s) to the Government. ECs developed for increased safety shall be installed by the Contractor and included in the monthly price. The Contractor shall not install ECs developed to improve performance without written permission from the Government. If the Government chooses to accept an EC developed for improved performance, the Government will accept the EC by a supplemental agreement between the Contractor and the Government. ECs developed for improved performance will not be included in the monthly price. DESCRIPTION OF EQUIPMENT TO BE MAINTAINED: CLIN 0001, 8/12 Channel Interface Switches Digital Control MD 5001-IMS (PTSC) CLIN 0002, Console CRT IBM (PTSC) CLIN 0003, Video Terminal PC IBM PS2 (PTSC) CLIN 0004, 8/12 Channel Interface Switches Digital Control 5001-IMS (Site R) CLIN 0005, Console CRT IBM 3164 (Site R) CLIN 0006, Video Terminal PC IBM PS2 (Site R) CLIN 0007, 12/16 Channel Interface Switches Digital Control 5001-E (ADC) CLIN 0008, Console CRT IBM 3164 8512-001 (ADC) CLIN 0009, Video Terminal PC IBM PSC 8530-21 (ADC) CLIN 0010, OPPM (PTSC) CLIN 0011, OPPM (Site R) CLIN 0012, OPPM (ADC) CLIN 1001, Option Year 1, 8/12 Channel Interface Switches Digital Control MD 5001-IMS (PTSC) CLIN 1002, Option Year 1, Console CRT IBM (PTSC) CLIN 1003, Option Year 1, Video Terminal PC IBM PS2 (PTSC) CLIN 1004, Option Year 1, 8/12 Channel Interface Switches Digital Control 5001-IMS (Site R) CLIN 1005, Option Year 1, Console CRT IBM 3164 (Site R) CLIN 1006, Option Year 1, Video Terminal PC IBM PS2 (Site R) CLIN 1007, Option Year 1, 12/16 Channel Interface Switches Digital Control 5001-E (ADC) CLIN 1008, Option Year 1, Console CRT IBM 3164 8512-001 (ADC) CLIN 1009, Option Year 1, Video Terminal PC IBM PSC 8530-21 (ADC) CLIN 1010, Option Year 1, OPPM (PTSC) CLIN 1011, Option Year 1, OPPM (Site R) CLIN 1012, Option Year 1, OPPM (ADC) CLIN 2001, Option Year 2, 8/12 Channel Interface Switches Digital Control MD 5001-IMS (PTSC) CLIN 2002, Option Year 2, Console CRT IBM (PTSC) CLIN 2003, Option Year 2, Video Terminal PC IBM PS2 (PTSC) CLIN 2004, Option Year 2, 8/12 Channel Interface Switches Digital Control 5001-IMS (Site R) CLIN 2005, Option Year 2, Console CRT IBM 3164 (Site R) CLIN 2006, Option Year 2, Video Terminal PC IBM PS2 (Site R) CLIN 2007, Option Year 2, 12/16 Channel Interface Switches Digital Control 5001-E (ADC) CLIN 2008, Option Year 2, Console CRT IBM 3164 8512-001 (ADC) CLIN 2009, Option Year 2, Video Terminal PC IBM PSC 8530-21 (ADC) CLIN 2010, Option Year 2, OPPM (PTSC) CLIN 2011, Option Year 2, OPPM (Site R) CLIN 2012, Option Year 2, OPPM (ADC) APPLICABLE PROVISIONS: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items; FAR 52.212-3 "Offeror Representations and Certifications -- Commercial Items with their Offers"; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (includes the following 52.222-26, 52.222-35, 52.222-36, and 52.222-37); and FAR 52.217-9, Option to Extend the Term of Contract, the total duration, including exercise of any options, not to exceed three years. The government will award a Firm Fixed price purchase order resulting from this solicitation to the responsible offeror offering the lowest overall price. Evaluation will be in accordancewith FAR 52.212-2 past performance and price. The period of performance covered is 11FEB98-10FEB99 for the base year, in addition to two option years of one year duration each. Quotations are to be submitted in the following format: 12 months X unit price per month = total yearly price for each line item, and a stated hourly rate for OPPM CLINS. The OPPM CLINS will be awarded with a government-determined not to exceed amount. No oral quotes will be honored. Responses shall be submitted, one (1) original and one (1) copy NLT 12:00 noon EST 27 Jan 98 to: Defense Supply Service-Washington, W90A9L-8042-9094, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200, POC Denise Roberts, 703/693-0767.**** (0007)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980109\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page