COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS
R -- REPAIR SERVICES, SOFTWARE MAINTENANCE, FIELD SUPPORT AND TRAINING
- Notice Date
- July 3, 2001
- Contracting Office
- Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg. A33, Room 0061, San Diego, CA 92152-5112
- ZIP Code
- 92152-5112
- Solicitation Number
- N66001-01-Q-1779
- Response Due
- July 19, 2001
- Point of Contact
- Purchasing Agent, Claudia A. Aguzar, (619) 553-6330. Contracting Officer, Sylvia Proffit, (619) 553-3292.
- Description
- This is a combined synopsis/solicitation prepared in accordance with FAR PART 13. No RFQ will be made available for distribution. The government intends to award, on a Sole Source basis an order for services to Sensytech Inc. This requirement is for the Repair Services, Software Maintenance, Field Support, and Training for the MIUW-SU in accordance with the following Statement of Work: ELECTRONIC SUPPORT MEASURES (ESM) SYSTEM TECHNICAL AND LOGISTIC SUPPORT 1.0 INTRODUCTION: The Space and Naval Warfare Systems Center San Diego (SSC-SD) Code D335 has been tasked by the Commander, Space and Naval Warfare Systems Command as the Mobile Inshore Undersea Warfare System Upgrade (MIUW-SU) In Service Engineering Agent (ISEA). One component of the MIUW-SU is the Electronic Support Measures (ESM) System as configured for the MIUW Radar Sonar Surveillance Center (RSSC) van and the Portable Sensor Platform (PSP). As ISEA, Code D335 is required to provide fleet technical and logistical support for deployed RSSC and PSP systems. 2.0 SCOPE: This SOW sets forth the requirements for depot repair services, software support, and logistical support for the ESM hardware and software as configured for the MIUW-SU equipment. 3.0 TECHNICAL REQUIREMENTS: The following task areas describe the work required under this contract for repair services and logistical support. 3.1 Depot Repair Services, Spare Parts, and Software Support for Government owned ESM systems. The contractor shall provide repair services and software support (including firmware) for government owned equipment. These repair services consist of the fabrication of a replacement part or the repair/ refurbishment of a broken unit, which has been sent to the manufacturer by the government. If the affected part or assembly requires a software/firmware update, it will be incorporated at this time. Depot repair services are conducted at the contractor's facility and will be conducted on a time and materials basis. It is estimated that one system will require repair during the tasking period. 3.1.1 Time and Materials Charges for Depot Repairs: 3.1.1.1 Labor charges for depot repair services are associated with the fabrication of replacement parts and the repair/refurbishment of broken parts. Labor charges for these efforts shall be accrued at the hourly rates set forth in the contract. Charges after the second hour shall be computed to the nearest one-quarter (1/4) hour. 3.1.1.2 Response Time. The contractor shall provide the MIUW-SU ISEA an estimated date of completion for the repair task within ten working days of receipt of the part or equipment. 3.1.1.3 Spare Parts and Material: The contractor shall provide all the spare parts and material needed to accomplish the depot repairs. Material charges shall consist of materials required to fabricate/repair/refurbish parts, cost of replacement commercial parts, tool/equipment rental and shipping costs for the repair services. In addition to the parts required for the repairs, the contractor shall also provide 23 pairs of ESM/radar antenna latches. 3.1.2 In addition to software upgrades described in paragraph 3.1 for specific parts being repaired, the contractor shall provide the following software support: 3.1.2.1 Update the operating systems and threat libraries on the older hard drives when new drives are delivered to the MIUW units. It is estimated that 22 hard drives will be updated during the tasking period. 3.1.2.2 Develop an unclassified hard drive for use during system acceptance testing. A drive dedicated to testing is required to prevent contamination of other unclassified system disks. Three unclassified drives will be delivered. 3.2 On-Site Technical Assistance and Maintenance Training. The contractor shall provide on-site technical assistance in response to CASREPS and provide maintenance training after all repairs have been completed. It is estimated that one trip will be required during the tasking period for the technical assistance and training. 3.3 Program Management. The contractor shall provide an on-site representative at SSC-SD to assist in ESM logistical matters, scheduling and coordination. 3.4 Progress and Status Reports. The contractor shall report project status on a monthly basis by individual tasks. Status reports shall be in contractor format. 4.0 GOVERNMENT FURNISHED PROPERTY. The assemblies and subassemblies that require repair will be provided to the contractor as GFP. 5.0 TRAVEL. Travel shall be required to one of the MIUW Units listed in Attachment A (Attachment A will be provided upon request) to perform ESM on-site technical assistance maintenance training as described in paragraph 3.2. Travel shall be in accordance with the Joint Travel Regulations. Travel may be required outside of CONUS to Bahrain, Korea, or some other designated training site. 6.0 OTHER. 6.1 Security. Secret. 6.2 Place of Performance. The work will be conducted at the contractor's facility, SSC-SD and at a designated MIUW Unit. 6.3 Overall Task Performance. These tasks are scheduled for completion no later than four months after award. 6.4 Inspection and Acceptance. The performance of the contractor and the quality of work delivered, including any equipment furnished and documentary material written or compiled, shall be subject to inprocess review and inspection during performance. Inspection may be accomplished at any work location and authorized Government personnel shall be permitted to observe the work or to conduct inspections at all reasonable hours. SSC Code D335 shall conduct final inspection and technical acceptance of deliverables. Inspection or test by the Government of all services rendered or supplies furnished hereunder does not relieve the contractor from any responsibility regarding defects or other failures to meet contract requirements which may be disclosed prior to final acceptance. Facsimile quotations may be sent to (619) 553-4842. Questions may be directed to Claudia A. Aguzar (619) 553-6330, email: aguzar@spawar.navy.mil. Notes 1 and 22 apply, however, all offers received within 15 days (in lieu of 45 days) after date of publication of this synopsis will be considered by the government. See numbered notes from any Monday edition of the CBD. The applicable North American Industry Classification System (NAICS) Code is: 541330 Size Standard is: $4.0. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. Offerors must complete and submit with their quote, a copy of 52.219-1 Alt I/II, Small Business Program Representations. Central Contractor Registration is required for resulting award. Information may be found at http://www.ccr2000.com/.
- Record
- Loren Data Corp. 20010706/RSOL019.HTM (W-184 SN50Q8A5)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on July 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|