Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

D -- Service to support the maintenance of software used on Schlumberger Factron S720 digital test system

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
 
ZIP Code
84056
 
Solicitation Number
F2DCCF6157A200
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
The 75th Contracting Squadron, Hill AFB Utah, intends to awards a sole source, commercial, firm-fixed price purchase order to DiagnoSYS Sytems, Kissimmee Fl, 34741 for an annual software maintenance agreement, Annual service contract to Support Factron S720. The following clauses will apply to this acquisition. 52.212-1 Instructions to Offerors?Commercial Items 52.212-4 Contract Terms and Conditions?Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. The specific wording of these applicable clauses can be found at the following site: http://www.arnet.gov/far/current/html/FARTOCP52.html Combined Synopsis/Solicitation This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement serves as both notice to offerors and the solicitation; responses (quotes) should be developed based upon this announcement since a formal solicitation will not be issued. *this solicitation is issued as an invitation for bid, request for quote. Classification Data: NAICS Code: 541512 FSC Code: D314 Classification Code: D SBA Applicability & Size Standard: Unrestricted, $23,000,000 Description of item(s) to be acquired, including structure (example: Hourly, Per Session): Hill AFB requires annual service (preventative maintenance) for one PM8000 sonographer. The contractor shall be able to provide this service in accordance with the attached performance work statement. Line Item 0001: Annual maintenance of softwared used on Schlumberer Factron S720 digital test system in accordance with the attached statement of work. Dates and Place of Delivery: The requested service shall take place between July 1, 2006 and June 30, 2007. Technical points of contact will be provided on the awarded contract. Contractor Responses (quotes): Contractor?s responses shall include both elements below: 1. Technical qualifications including past experience, past jobs or projects, and required expertise. 2. Cost element to include total cost in providing this service. Cost structure should be based on the above description of items section and structure. Evaluation of Responses: Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The responsible offerors must be registered in the Certifications and Representations database (available at: http://orca.bpn.gov/) system per FAR 52.212-3. Offerors must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR. Lack of registration in CCR will qualify contractor as ineligible for award. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. This solicitation is being issued as a Request for Quotation (RFQ), for a firm fixed type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-26 and DFARS change notice 20050113. The Operational Contracting Flight at Hill AFB Utah will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (best value), price and other factors considered. All evaluation factors other than cost or price, when combined will be weighted significantly more important than cost or price, although overall price is an important factor in determining best value. The best value determination is based on a combination of cost and non-cost factors, including: past performance, technical excellence, price, compliance with solicitation requirements, management capability, personnel qualifications, and prior experience. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract upon action or written acceptance by the contractor. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Contract Clauses Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor?s should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award. The following clauses are applicable by reference: 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965, as Amended 52.232-28 Invitation to Propose Performance-Based Payments 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration. 52.233-3 Protest after Award 52.237-3 Continuity of Services 52.242-15 Stop-Work Order 52.243-5 Changes and Changed Conditions 52.247-34 F.o.b. Destination. 52.253-1 Computer Generated Forms 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A 252.219-7011 Notification to Delay Performance 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report The following clauses are incorporated by full text: 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits NOTE: This clause will be included if an ensuing contract requires the use of wage determinations in accordance with the service contract act. The applicable labor category will be stated, and adherence to the wage determination for the applicable labor category is mandatory for all contractors doing business with the government. (End of clause) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) United States law will apply to resolve any claim of breach of this contract. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARA.HTM http://farsite.hill.af.mil/VFDFARA.HTM http://farsite.hill.af.mil/vfafara.htm http://farsite.hill.af.mil/vfaffara.htm (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARA.HTM http://farsite.hill.af.mil/VFDFARA.HTM http://farsite.hill.af.mil/vfafara.htm http://farsite.hill.af.mil/vfaffara.htm (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any defense acquisition regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.- (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Requisition Supplement (48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2005) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.232-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2005) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) These clauses may be obtained via the Internet at FAR site http://www.arnet.gov/far or DFARS site http://farsite.hill.af.mil/VFDFARA.HTM . These clauses may be obtained via the Internet at FAR site http://www.arnet.gov/far or DFARS site http://farsite.hill.af.mil/VFDFARA.HTM . Proposal Submission Information: Quotations are due by 4:00 p.m, Hill AFB Mountain Standard Time, 14 July 2006. The offeror may use any form commercially acceptable for quoting the needed service. Offeror may also use the Standard Form 1449, Solicitation/Contract Order for Commercial Items. The form can be found at http://www.afm.ars.usda.gov/forms/ACQU/sf1449.PDF. NOTE: Emailed proposals are preferred DAWN ATTERBURY-RAMIREZ Contract Specialist Dawn.atterbury@luke.af.mil Phone: 801-777-4809 Facsimile proposals will be accepted at (801) 777-0632 Performance Work Statement PERFORMANCE WORK STATEMENT FOR PREVENTIVE AND REMEDIAL MAINTENANCE ON SCHLUMBERGER DIGITAL TESTER, FACTRON MODEL S720 AND THE EMBEDDED SUN MICROSYSTEMS COMPUTER SYSTEM Prepared by: 309 SMXG/MXDEC HILL AFB 7278 4TH STREET HILL AFB, UTAH 84056 05 June 2005 GENERAL SCOPE The purpose of this Performance Work Statement is to provide for the hardware and software maintenance and support of the Schlumberger Factron model S720 circuit board tester, the embedded computer system that operates the equipment, and the maintenance of the CATE software environment. This tester is owned by 309 SMXG /MXDEC for use by the Ground Theater Air Control Systems (GTACS) software sustainment team in support of the depot workload at Tobyhanna Army Depot (TYAD). QUALITY ASSURANCE The quality assurance personnel(s) (QAP) will be a representative(s) of the Contracting Officer. NOTING DISCREPANCIES As a rule, the QAP(s) will inform the contractor or an authorized representative in person when any discrepancies occur, and will request corrective action be taken. Physical Security The contractor is responsible for safeguarding all contractor-owned property, including all employee tools, equipment and personal items. SAFETY REQUIREMENTS The contractor will conform to the safety requirements contained in the contract for all activities related to the accomplishment of the work. The contractor will provide protection to government property to prevent damage during the period of time the property is under the control or possession of the contractor. DEFINITIONS COMPUTER HARDWARE SUPPORT Computer hardware support is a service performed by the contractor to support the operation of the Sun Microsystems computer system. This service includes assistance via telephone, on site repairs, and preventative maintenance. COMPUTER SOFTWARE SUPPORT Computer software support service includes system upgrades, licenses, and changes necessary to keep the CATE software environment and Sun Microsystems computer system in normal operating condition. EQUIPMENT SUPPORT Equipment support is a service performed by the contractor to support the operation of the Schlumberger S720 circuit board testers and those components used in the testing. This service includes assistance via telephone, on site repairs, and maintenance. EQUIPMENT FAILURE Equipment failure is defined as a malfunction that prevents the system from functioning properly. PREVENTATIVE MAINTENANCE The contractor performs preventative maintenance to keep the equipment in proper operating condition. This maintenance is performed on a regularly scheduled basis. PRINCIPLE PERIOD OF MAINTENANCE The principle period of maintenance shall be Monday through Friday 8:00 am to 5:00 pm, Mountain time, excluding Federal holidays, for a period of 1 year. REMEDIAL MAINTENANCE Remedial maintenance is defined as unscheduled maintenance performed by the contractor as the result of equipment failure. Government FURNISHED EQUIPMENT GENERAL The work area and the SCHLUMBERGER FACTRON S720 system will be available to the contractor during the principal period of maintenance. To facilitate support, a QAP will be appointed to report and coordinate resolution of any problem. CONTRACTOR FURNISHED EQUIPMENT AND SERVICES The contractor shall furnish all labor, material, tools, and parts necessary to maintain the equipment in normal operating condition. The contractor shall also provide the necessary software upgrades and changes, as they become available. The contractor shall be under no obligation to perform maintenance service should mechanical repair or software aid be required due to negligence and/or abuse of the equipment. If such repair is required the contractor will be compensated for repair effort. Specific tasks PREVENTATIVE MAINTENANCE The contractor shall provide semi-annual preventative maintenance on the SCHLUMBERGER FACTRON Model 720 circuit board testers, and the embedded Sun Microsystems computer system that operates the equipment. This is to include all maintenance actions to prevent equipment failure and to extend the useful life of the equipment. The contractor shall provide the semi-annual maintenance plan and schedule to the administrative contracting officer (ACO) within 10 working days of the contract award. REMEDIAL MAINTENANCE Remedial maintenance includes all actions necessary to diagnose and repair problems, malfunctions, and failures and to restore the equipment to normal operating condition. Included in remedial maintenance is on-site repair, 24-hour response, unlimited parts exchange, and unlimited telephone assistance. SOFTWARE SUPPORT Software support includes all software upgrades to both the tester and the CATE software environment. REPORT REQUIREMENTS The contractor shall furnish a report to the QAP upon completion of each maintenance or support action. The report shall include as a minimum: Date and time notified, if a repair. Date and time of arrival. Type, model and serial number of machine. Time spent for repair or preventive maintenance. Description of malfunction, if it is a repair. List of parts replaced. REPLACEMENT PARTS Replacement parts shall be factory refurbished unless otherwise authorized by the QAP. Parts installed under this agreement shall be warranted against defects in material and workmanship for 90 days from date of installation. Those parts replaced shall become the property of the contractor. MODIFICATIONS The contractor may, at no additional cost to the government, make modifications to improve the operation and/or reliability of the equipment. The contractor shall provide the government change notices covering any such modification(s).
 
Place of Performance
Address: 7278 4TH ST BLDG 100p RM 108, HILL AFB UT
Zip Code: 84056-5205
Country: UNITED STATES
 
Record
SN01085636-W 20060712/060710220711 (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.