|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1998 PSA#2183Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245,
Washington, DC 20310-5200 D -- ANNUAL MAINTENANCE AND REPAIR OF CABLETRON LANCARE EQUIPMENT SOL
DASW01-99-Q-0025 DUE 092598 POC CPT Brenda K. 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 American Forces Information
Service 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-0025. 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 Stealth Network Communications, Pleasonton, CA.
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 maintenance support 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..
The period of performance of this contract is for 12 months,
commencing 01 October 1998 and ending 30 September 1999. Maintenance
will be performed on the following government owned Cabletron "LANCARE"
networking equipment, in accordance with manufacturer's guidleines:
Item Code Quantity MMAC-M8FNB 6 M8PSM-E 12 EMM-E6 6 ESXMIM 2 BRIM-F6 6
FPIM-00 12 TPMIM-24 6 TPRMIM-22 8 EPIM-F2 1 MMAC-M3FNB 1 IRM 1 M3PSM
2 TPMIM-T 32 ST500-01 1 7C04-R 1 7CPSM-R 2 7F06-02 1 7H06-02 1 FPIM-00
2 FE-100FX 1 FE-100TX 2 FN10-24 2 FN10-2FX-UL 2 SPEL-MGR-CD 1 7X00 1
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 Military Standards
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 0800 hours and 1700 hours EST, excluding all
federal and government holidays, snow days, administrative days, and
days declared holidays by Presidential Executive Order. c. Preventive
Maintenance and Repair: All Preventive maintenance and repair shall not
be disruptive and shall be performed during the PPM with in 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 duringthe 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 all parts, materials, and 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 are 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. Posted 09/16/98 (W-SN250425). (0259) Loren Data Corp. http://www.ld.com (SYN# 0020 19980918\D-0006.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|