Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1998 PSA#2183

Defense 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