Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

L -- Tech Support InRange 2700 Series Matrix Switch

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F2QT326128A100
 
Response Due
6/9/2006
 
Archive Date
6/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items number F2QT326128A100 issued on May 08, 2006 prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.fbo.gov. This solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions ands clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060519. The NAICS code is 541519 and the small business size standard is $21,000,000. Attached below is the Statement of Work and Requirements for this solicitation. Place of delivery for acceptance and FOB point will be Langley AFB, VA 23665. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. There are no numbered notes applicable. This announcement will close and quotes are due by 12:00 PM (EST) 09 June 2006. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCB, Attn: 2Lt. Darcy Mosocco, 74 Nealy Avenue, Suite 100, Langley AFB, VA 23665-2088. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail or facsimile. POC: 2Lt. Darcy Mosocco at 757-764-4924, fax 757-764-7447, or e-mail darcy.mosocco@langley.af.mil. PERFORMANCE WORK STATEMENT for Service Contract on INRANGE 2700 Series Matrix Switch 82nd Comm Support Squadron, Langley AFB 1.0 SCOPE OF WORK The contractor shall provide telephone support 24/7/365 to restore the INRANGE 2700 Matrix switch back to operating condition and provide two (2) preventive maintenance trips to the 82nd CSS site to perform preventive maintenance on the switch and control system 2.0 HOURS OF OPERATION Standard work hours will be 0800-1700 hrs each week day, with one hour for lunch, or such hours as the contractor and customer may jointly agree upon, depending on the mission situation. 3.0 CONTRACTOR PERSONNEL The contractor shall have extensive experience in all the areas of the InRange 2700 Matrix Switch operation and maintenance. 4.0 DESCRIPTION OF SERVICES 4.1 The contractor shall provide telephone support 24/7/365 -- Technician shall be available to answer any questions on the INRANGE 2700 Matrix switch system, either for normal operation or in case of an outage, whether due to power, control, communications, or database problems. -- Technician shall walk the customer personnel through the appropriate troubleshooting and fault isolation necessary to restore the INRANGE 2700 Matrix switch back to operating condition with full redundancy. 4.2 The contractor shall provide two (2) preventive maintenance trips during standard work hours to the 82nd CSS site to perform preventive maintenance on the switch and control system, to include: -- First trip shall be within 10 days of the beginning of the service agreement. -- The second trip shall be 180 days after the first preventive maintenance trip. -- Any minor software revisions which have been released since the previous visit or last major upgrade. -- Inspect and clean all engine and equipment fans. Replace defective fans if found. -- Provide ghosting of the TSS machines for emergency restoration. -- Provide battery replacement for low battery alarms. 4.3 The contractor shall agree upon a pre-negotiated price per hour for on-site technician support in the event of either an emergency or non-emergency requirement to bring the 2700 switch back to a redundant configuration after an outage. This option will be exercised at the Government?s discretion, and will be separately funded in each instance. -- The technician shall respond within eight (8) hours of being called. 5.0 SECURITY REQUIREMENTS 5.1 Listing Of Employees. The contractor shall maintain a current listing of employees. The list shall include the employee's name, social security number and type of investigation if contract work involves unescorted entry to Air Force restricted areas or other sensitive areas designated by the installation commander. The list shall be provided to the Program Manager and sponsoring agencies Security Manager. An updated listing shall be provided when an employee's status or information changes. 5.2 Security Training. The contractor ensures all contractor employees receive initial and recurring security education training from the sponsoring agencies security manager. Training must be conducted IAW DOD 5200.1-R, Information Security Program Regulation, and AFI 31-401, "Information Security Program Management". Contractor personnel who work in Air Force controlled/restricted areas must be trained IAW AFI 31- 101, The Air Force Installation Security Program. 5.3 Pass And Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles. 5.4 Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. 5.5 Traffic Laws. The contractor and its employees shall comply with base traffic regulations. 5.6 Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on Langley or Fort Monroe. 5.7 For Official Use Only (FOUO). The contractor shall comply with DoD 5400-7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. 5.8 Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. 5.9 Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 6.0 GOVERNMENT FURNISHED PROPERTY OR SERVICES The Government will provide appropriate space for the training course, which will include desk space and telephone access for contractor personnel.
 
Place of Performance
Address: Langley AFB VA
Zip Code: 23665
Country: USA
 
Record
SN01057241-W 20060527/060525220807 (fbodaily.com)
 
Source
FedBizOpps 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.