|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245,
Washington, DC 20310-5200 70 -- PROVIDE ON-SITE MAINTENANCE AND REPAIR FOR ADPE SOL
DASW01-99-Q-0016 DUE 091098 POC CPT Brenda Eiseman, Contract
Specialist, 703-693-5011 E-MAIL: click here to contact the contract
specialist via, EisemBK@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, DASW01-99-Q-0016. This solicitation
document incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-5. 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
Computer World Services, Alexandria, VA. Response to this solicitation
is to be made in accordance with the following Statement of Work. 1.
SCOPE: This contract is for preventive and remedial maintenance to
include repair parts and services to be performed during Principle
Period of Maintenance (PPM). Repair parts and services include labor,
parts, tools, test equipment, and travel. Maintenance will be performed
on the government owned Dual Protocol Analyzer. The period of
performance of this contract is for 12 months, commencing 01 October
1998 and ending 30 September 1999. 2. GOVERNMENT POINTS OF CONTACT
(POCs): The name, phone number, and address of the Site POC will be
provided upon contract award. 3. SECURITY REQUIREMENTS: None.
Contractor will be signed in by government personnel to perform
maintenance. 4. APPLICABLE DOCUMENTS: IAW the following: Department of
the Army Information Security Program Army Regulation (AR) 380-5,
United States Army Information System Command (USAISC), Supplement 1 to
AR380-5, Information System Security AR 380-19, USAISC Supplement 1 to
AR 380-19, Personnel Security Program AR 380-67, Department of Defense
(DoD) 5200.2-R Personal Security Program, DoD 5220.22-R Industrial
Security Regulation, and MilitaryStandards Software Development and
Documentation MIL-STD-498. 5. PERSONNEL QUALIFICATIONS: The contractor
shall ensure personnel performing under this contract posses the
required, skills, education, training, and experience necessary to
successfully perform all of the requirements of this contract.
Education and training shall be for the specific equipment types listed
under this contract. The contractor upon request shall furnish
certificates of Training. 6. CORPORATE QUALIFICATIONS: All personnel at
the home office working under this contract shall have a background in
the services provided under this contact and should have the ability
to apply lessons learned over the life of the contract. 7.
SUBCONTRACTING: The contractor shall identify any subcontractors
involved in the performance of this contract prior to contract award.
8. SPECIFIC TASKS: a. Maintenance and repair services will be performed
during the PPM. b. PPM Time Frame: PPM is Monday through Friday,
between 0830 hours and1700hoursEST, excluding all federal and
government holidays, snow days, administrative days, and days declared
holidays by Presidential Executive Order. c. Preventive Maintenance
and Repair: Preventive maintenance and repair shall not be disruptive
and shall be performed during the PPM within the designated time
frames. The government POC reserves the right to postpone, reschedule,
or defer maintenance during peak and critical operational periods. If
the POC makes the decision to postpone, reschedule or defer
maintenance the extended down time will not be counted against the
contractor. d. Remedial maintenance and repair shall be performed
during the PPM. d-1. PPM Payment Policy: Remedial maintenance and
repairs performed during the PPM will be included in the contractors
stated monthly price. The stated monthly price is also inclusive of
travel costs. e. Response Time: Maintenance and repair personnel shall
have equipment repaired within 8 hours after a bona fide attempt is
made to contact the contractor. A bona fide attempt is defined as being
an attempt by the government to contact the contractors designated POC.
Response time begins when the bona fide attempt is made regardless of
whether person to person contact is made. 9. REPAIR PARTS AND SERVICES:
Only new or refurbished OEM standard parts or parts equal in
performance will be used in effecting replacement and repairs. The
contractor will dispose of parts, which have been replaced. However,
all parts and memory devices capable of retaining classified data shall
not be removed from the site and will remain government property. Parts
will be paid at the fair market value. 10. STORAGE: There will be no
government storage space or facilities provided for this contract. 11.
DELIVERABLES: a. Contractor Points of Contact (POC): The contractor
shall provide the government with the names, telephone numbers and
addresses of the primary and secondary POCs to receive requests for
repairs and services. Person to person telephonic contact with the
designated POCs or an answering service is the only acceptable methods
for receiving requests. b. Maintenance and Repair Reporting: When
maintenance or repairs are performed, the contractor shall, prior to
departure, provide a report to the government POC on site. The report
will include the following: Purchase Order Number, Contract Line Item
Number, time of notification, arrival and departure times, equipment
location, nomenclature, model, serial number, repaired or replaced
parts, equipment status at departure time, category of repair (PPM,
OPPM), description and cause of malfunction and description of repairs
that were made. The government POC on site must verify and sign the
report and initial all entries. c. The contractor shall provide a
written warranty on all parts and labor. DESCRIPTION OF EQUIPMENT TO BE
MAINTAINED: CLIN 0001, Zenith ZCM1495BA Monitor, 4 units CLIN 0002,
Zenith ZBV362KM CPU, 4 units CLIN 0003, EVEREX 3000R CPU, 5 units CLIN
0004, CTX 5468 Monitors, 7 units CLIN 0005, ALPS P2000 Printers, 18
units CLIN 0006, Optional After Hours 17:01-0829, Monday through
Friday, Travel included CLIN 0007, Optional Saturday, Sunday and
Holidays, 00:01-23:59, Travel included CLIN 0008, Replacement parts, 1
lot for the entire Period of Performance 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). The government will
award a Firm Fixed price purchase order resulting from this
solicitation to the responsible Offeror offering the lowest overall
price for all items. Evaluation will be in accordance with FAR 52.212-2
past performance and price. The period of performance covered is 1
October 1998-30 September 1999. Quotations for CLIN 0001 through CLIN
0005 are to be submitted in the following format: 12 months X unit
price per month X number of units = total yearly price for each line
item. Quotations for OPPM CLINS shall be stated in an hourly rate.
Replacement Parts CLIN and the OPPM CLINS will be awarded with a
government-determined not to exceed amount. No oral quotes will be
honored. Quotes shall be made on an "All or none" basis. Responses
shall be submitted, one (1) original and one (1) copy NLT 12:00 noon
EST 10 Sep 98 to: Defense Supply Service-Washington, DASW01-99-Q-0016,
5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200, POC Brenda
Eiseman, 703/693-5011, e-mail: EisemBK@hqda.army.mil.**** Posted
08/27/98 (W-SN242556). (0239) Loren Data Corp. http://www.ld.com (SYN# 0368 19980831\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|