COMMERCE BUSINESS DAILY ISSUE OF JULY 20, 2001 PSA #2897
SOLICITATIONS
D -- PBX MAINTENANCE
- Notice Date
- July 18, 2001
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), FTS, 7T-2 Louisiana, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
- ZIP Code
- 76102
- Solicitation Number
- 7TF-01-0023
- Response Due
- July 25, 2001
- Point of Contact
- Paulette Sepulvado, Contracting Officer, Phone (817) 978-0503, Fax (817) 978-4739, Email paulette.sepulvado@gsa.gov -- Paulette Sepulvado, Contracting Officer, Phone (817) 978-0503, Fax (817) 978-4739, Email paulette.sepulvado@gsa.gov
- Description
- 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-01-0023, Request for Proposal!! 7(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20!! 17(iv). This is a full and open procurement under NAICS CODE 51331!! 17(v). The statement of work follows: 17(vi). DESCRIPTION -- STATEMENT OF WORK, PBX MAINTENANCE FOR COE, NEW ORLEANS DISTRICT (CEMVN), 7400 LEAKE AVE, NEW ORLEANS, LA 70118, TASK NUMBER: FS1712573. Sow dated 7/17/01. Points of contact: Contracting issues: Paulette Sepulvado at 817-978-0503 or Valerie Bindel at 817-978-0039. Technical issues: Tommy Earls at 817-978-4355. 1. TASK DESCRIPTION: The contractor shall provide the following services: a. Maintenance for a Nortel Meridian Option 81C PBX release 24, issue with 1500 ports/lines, located at United States Army Corps of Engineers (USACE) New Orleans District (CEMVN), located at 7400 Leake Ave, New Orleans, LA 70118. Coverage shall include: all cards, software/hardware presently installed, the Meridian Voice Mail, 24 ports, and may include the telephone instruments (see b below). The contractor shall provide maintenance (labor and parts) and shall keep the equipment in good operating condition. Maintenance service shall consist of Preventative Maintenance and Remedial Maintenance, as defined below: 1. Preventative Maintenance (PM): This is maintenance performed by the contractor, which is designed to keep the equipment in proper operating condition and which is performed on a scheduled basis. PM shall be performed at a time other than during the Government's working hours, unless otherwise specified by the Government. The contractor shall also specify in writing, the frequency and duration of the preventative maintenance required for the equipment listed above and the Government shall specify the schedule for the performance of the PM. This schedule may be modified by mutual agreement. 2. Remedial Maintenance (RM): This is maintenance performed by the contractor which results from equipment failure, and which is performed as required on an unscheduled basis. RM shall be performed after notification that the equipment is inoperative. The contractor shall provide the Government with a designated point of contact and shall make arrangements to enable the contractor's maintenance representative to receive such notification. a. The basic monthly maintenance charges set forth in the proposal shall entitle the Government to maintenance service during a principal period of maintenance. "Principal Period of Maintenance" is defined as any eight consectutive hours per day, plus an official meal period not to exceed one hour per day, Mondays through Fridays, excluding holidays observed at the Government installation. b. The contractor's maintenance personnel shall arrive at the Government's installation site within (4) hours after notification by the Government that service is required. Except for causes beyond the control of the contractor, if maintenance personnel fail to arrive at the Government's installation site within four (4) hours, the contractor shall grant a credit to the Government in the amount of 1/200th of the basic monthly maintenance charges for each hour or part thereof (prorated), beginning with the time of notification and ending with the time of arrival. B. PLEASE NOTE: This portion of the contract may or may not be utilized by the client. Offerors are instructed to provide separate pricing for this portion of the task. The contractor shall provide maintenance for the current telephone instruments located at the above address. The current telephone instruments consist of: 950 each Nortel M3902; 80 each of Nortel M2008, 15 each of Nortel M2616, 16 each of Nortel M2616 with 22 key expansion module and 2 each of Nortel M2250 attendant console. This portion of the statement of work may or may not be awarded. If it is, it will be awarded to the contractor chosen to provide the Maintenance work as described in Section 1a above. 2. COVERAGE INCLUDES: All processors, cards, software & peripheral equipment installed within the system. Required Emergency Response Time: 4 hrs (maximum); Required Regular Response Time: 24 hrs. 3. LABOR DESCRIPTION: The contractor's technician must be Nortel Option 81C certified and be stationed in New Orleans area to assure the required response times as stated in Section 2 of this statement of work. Offeror must include a 24 hour toll-free telephone number for normal and after-hours contacts. The client prefers a direct cell/pager number of the on-call technicians rather than an answering service. Client requires a 7 x 24 major alarm automatic dial configuration. Client requires a maximum response time of 4 hours to address major system alarms. A major alarm is defined as a 25% outage. In addition, a 24-hour response will be adequate for minor alarms, that is, one day from the time that a minor trouble is reported. Minor alarms are defined as system problems that do not cause losses of telephone service. These time-frames are allotted for the service provider's arrival. In an effort to lower the contract cost, if the vendor is required to provide emergency service before or after the normal working hours 7:00AM to 4:00PM, then USACE, New Orleans agrees to pay the technician's hourly rate. Please provide a price for normal working hours and non-working hours. =20 4. PERIOD OF PERFORMANCE: The contract will provide for PBX maintenance for this client from August 4, 2001, through August 3, 2002. There will be 3 one-year option years that may be exercised at the Government's discretion. =20 5. Type of Order: The resulting order issued under this Statement of Work (SOW) will result in a Fixed Price Level-of-Effort Contract. 6. Evaluation Criteria: The Government will make an award to the offeror whose proposal represents the best value to the Government based on the requirements specified in this Statement of Work. The following factors will be evaluated. : (1) Past Performance; (2) Technical Capability and (3) Price. Attention: Past Performance and Technical Capability are more important than Price. As proposals become more equal in their past performance/experience, the total cost becomes more important. 1. Past Performance: a. Required Past Performance Documentation: The offeror shall provide a narrative of three projects for identical or similar task as required by this SOW. The past performance narrative must include work performed only within the past three (3) years. Each narrative shall include the name, area code and phone number, mailing and E:mail address of the person who can verify your past performance. Note: Limit each narrative to one (1) page double-spaced. b. The Past Performance factor will be evaluated based on the rating provided from the point of contact from each narrative provided by the offeror. Furthermore, the offeror's relevant past experience compared to the requirements specified in the above SOW. An offeror who has successfully performed the identical task as required in the above SOW would receive a higher rating than an offeror who has successfully performed a similar task. Offorers unable to fully demonstrate they have successfully completed a similar project to this SOW in the past three(3) years, will not be considered technically acceptable and will not be considered for award. 2. Technical Capability: a. Describe your company's knowledge and understanding of the requirements as outlined in this SOW. b. Provide copies of the technician's Nortel Option 81 certifications. c. Provide your methodology to accomplish your company's performance of the requirements identified in this sow -- include how your company will meet the timeframes set forth in this sow. 3. Price: Provide your pricing for the PBX maintenance requirements as set forth in Section 1a of this SOW. Provide your price for the Preventative Maintenance for the year and price any option years as well. Also provide an hourly rate for Remedial Maintenance. 7. Invoicing (recurring services): Billing can be accomplished on a monthly basis -- periodic payments are allowed. Invoices for recurring services will include a statement from the authorized Client Representative or Alternate that costs billed during the billing period are acceptable. Vendors must submit a monthly report which lists the labor categories (and the labor rates for those categories) utilized for the billing period. This monthly report must be submitted along with a copy of the invoice to the client so that client acceptance may be granted. 8. Limitation of Funds: The Contractor shall notify the Contracting Officer and the Client Representative, in writing, whenever it has reason to believe that the costs it expects to incur under this delivery order in the next sixty (60) days, when to all costs previously incurred, will exceed 75% of the total amount so far allotted to the delivery order by the Government. The notice shall state the estimated amount of additional funds required to continue performance for the period specified in the delivery order. =20 The Government is not obligated to reimburse the Contractor for costs incurred in excess of the total amount awarded on this delivery order by the Government; and the Contractor is not obligated to continue performance under this delivery order or otherwise incur costs in excess of the total amount awarded under this delivery order. 9. Loss or Damage: =20 When the contractor removes equipment to his/her establishment for repairs, the contractor shall be responsible for any damage or loss, from the time the equipment is removed from the Government's installation, until the equipment is returned to such installation."CONTRACTOR MUST SUBMIT CLIENT ACCEPTANCE FOR RECEIPT OF GOODS OR SERVICE WITH INVOICE. FAILURE TO DO SO WILL RESULT IN AUTOMATIC INVOICE REJECTION." 17(vii). See "Period of Performance" above. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1a) Technical capability of the items offered to meet the Government's requirement (1b) Past Performance (see below) and (1c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. The award will be made on an "all or none" basis for all items requested above. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999), with its offer.!! Call Contracting Officer for copy!! =20 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)52. 222-37,(b)(15)52.225-21, (b) 552.211-70.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) Type of Contract: A fixed-price level of effor, indefinite quantity, indefinite delivery contract will be awarded. (ii) Period of Performance: See "period of performance" above!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Paulette Sepulvado, Contracting Officer at or before 5:00 p.m.(CST), July 25, 2001. TELEFAXED PROPOSALS WILL BE ACCEPTED. FAX NUMBER IS 817-978-3454.!! 17(xvii). Contact Paulette Sepulvado at 817/978-0503.!! =09
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/FTS/7TRT2/7TF-01-0023/listing.html)
- Record
- Loren Data Corp. 20010720/DSOL002.HTM (D-199 SN50S2A8)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on July 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|