Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2004 FBO #1087
SOLICITATION NOTICE

D -- To maintenance the Test Execution Mission Support Utilities Control Systems (TEMSUCS), necessary to maintain and optimize the existing system.

Notice Date
11/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F5EWWX42122000
 
Response Due
11/29/2004
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The quotes are to cover a 1-year basic period (FY05) and 2 one-year option periods (FY06 & FY07). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 and DFARs Change Notice (DCN) 20040625. Standard Industrial Classification (SIC) code is 7371. NAICS is 541511. Simplified Acquisition Procedures (The award will be less than $100,000) will be followed. This purchase will be for providing maintenance to the Test Execution Mission Support Utilities Control Systems (TEMSUCS) is necessary to maintain and optimize the existing system. This effort shall be performed on government owned equipment. The work consists of furnishing all supervision, labor, equipment and materials necessary to maintain existing hardware, provide 24 hour, 7 days per week technical support and operator coaching, and provide software system performance updates and upgrades. Specific requirements are as follows: 1). Provide onsite personnel to assist in maintaining/managing system. See list of equipment at attachment below. 2). Provide emergency online support. Monday through Sunday, 24 hours per day. Respond within 2 hours, Monday through Sunday, 24 hours per day, including holidays. 3). Provide emergency onsite response Monday through Sunday, 24 hours per day. Respond within 4 hours, Monday through Sunday, 24 hours per day, including holidays. 4). Provide automation controls analysis and optimization. 5). Perform scheduled database backups. 6). Provide software analysis and optimization. 7). Provide online service request service 24 hours per day, days per week. 8). Provide software update. 9). Provide calibration services. The performance of maintenance must conform to professional services standards. Conformance with both domestic and foreign standards will provide the Electronic Warfare (EW) Directorate with the capability to meet both domestic and foreign customer requirements. List of Maintained Equipment: QTY EQUIPMENT EQUIPMENT CATEGORY 12 7 or > / Site / B Calibration Services Services (Times per year): Calibration Services (1); 12 7 or > / Site / B Calibration Services Services (Times per year): Calibration Services (1); 11 7 or > / Site / G Calibration Services Services (Times per year): Calibration Services (1); 11 7 or > / Site / G Calibration Services Services (Times per year): Calibration Services (1); 5 Additional copies of 3.X software System Performance Updates Services (Times per year): Software Update (1); 1 Apg Adv 1st addl user License System Performance Updates Services (Times per year): Software Update (1); 1 Apg Adv 2nd addl user License System Performance Updates Services (Times per year): Software Update (1); 2 Apg Adv 3rd plus user License System Performance Updates Services (Times per year): Software Update (1); 1 Apg Svr-Standalone, NT/DB System 600 MLN Services (Times per year): Software A & O (1); 1 Apogee Advanced single single server System Performance Updates Services (Times per year): Software Update (1); 1 Insight 3.X B/U on-site Control Systems - Summary Level Services (Times per year): Business Protection & Rec (2); 3 MBC 40 System 600 BLN Services (Times per year): Automation A & O (PM) (1), Software A & O (1); 2 MEC Series 100/200/300 Controller System 600 BLN Services (Times per year): Automation A & O (PM) (1), Software A & O (1); 2 Modem (General) Insight Workstation Components Services (Times per year): Automation A & O (PM) (1); 30 TEC - Electronic Outputs System 600 FLN Services (Times per year): Automation A & O (PM) (1); 8 Trunk Interface/IPMDA Insight Workstation Components Services (Times per year): Automation A & O (PM) (1). Interested parties who believe they can meet all the requirements for the maintenance described in this synopsis are invited to submit in writing complete information describing their ability to provide the required training requirement. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSE BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Mandatory information for electronic funds transfer payment. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) ? 29 November 2004 at 5 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7860 or e-mail address: Terence.vickers@edwards.af.mil.
 
Place of Performance
Address: Edwards Air Force Base, California
Zip Code: 93524
Country: USA
 
Record
SN00708231-W 20041117/041115211719 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.