Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

59 -- FY07 Power Supply Support

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), IT Solutions West Branch ( 4TRW), 41 N. Jefferson Street, Suite 107, Pensacola, FL, 32501
 
ZIP Code
32501
 
Solicitation Number
Reference-Number-4THO96075552-Solicitation
 
Response Due
9/13/2006
 
Archive Date
9/28/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. The solicitation number is 4THO96075552 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310. This requirement is unrestricted and any interested offerors may submit a quote. FOB Destination shall be Vicksburg, MS 39180. Statement of Work Contractor to provide comprehensive maintenance support to include preventative maintenance and remedial maintenance for the hardware and software specified. Period of performance is 10/01/2006 - 09/30/2007. Coverage is 7 days a week, 24 hours a day, 365 days per year. Contractor shall provide the following: Contractor shall provide preventative and remedial maintenance for identified systems. Contractor to provide all labor, documentation, spare and repair parts, maintenance supplies, tools, diagnostics, and test equipment necessary to promptly and efficiently conduct preventative and remedial maintenance on identified systems. The units will be maintained under the Caterpillar PPP program or comparable support. Remedial maintenance shall be performed in accordance with the requirements of the contract. The principal period of maintenance shall be 24 hours a day, seven days a week, including holidays. The hours of 7 AM to 5 PM local time, Monday through Friday of each week will be referred to as the Core Maintenance Period. Remedial maintenance shall be required when the Government's designated Contract Representative (CR) or other authorized personnel makes the call to the contractor. When remedial hardware maintenance is required, the response time shall be within the time frames specified below: Equipment Response Time Repair Time Type of Coverage Generators Caterpillar D3516 3 Hour 2 Hours Comprehensive Caterpillar D3516 3 Hour 2 Hours Comprehensive Caterpillar D3516 3 Hour 2 Hours Comprehensive Response time begins at the time of the call to the contractor and proceeds until contractor maintenance personnel are on site and have begun corrective actions. Repair time begins upon the initiation of corrective action by contractor personnel at the repair site. All calls and arrival times will be recorded by Government representatives in the System Maintenance Event Log and may be used by the Government to establish the times used in computing credits. Contractor response time is to be within 3 hours of a call. The contractor's failure to meet the required response time will result in a 25% discount for each occurrence. Preventative maintenance that does not require system downtime may be conducted during operational hours 7AM to 5 PM local time, Monday through Friday. If downtime is required, PM will be scheduled at the earliest convenience of the Government and contractor. The schedule for preventative maintenance shall be coordinated with the Contract Representative (CR) 5 working days prior to performance of services. Preventative Maintenance shall be conducted in accordance with the contractor's proposed maintenance plan, as approved by the Government CR. At the conclusion of service, contractor shall provide a written report summarizing the service conducted, findings, and recommended action. FIELD CHANGES The Government requires that all OEM sponsored Field Changes (FCs) be provided to the Government within 60 days of release by the developer for production use. Those FCs and changes required to correct safety hazards shall be offered to the Government within one day's notification by the OEM that such a FC or change is available for production use. It is understood that a rejected FC may have to be accepted at a later date if it is required as a prerequisite to a future accepted FC. The contractor shall notify the Government of all FCs prior to commencing installation of FCs. All contractor sponsored FCs shall be subject to approval by the Government's designated CR prior to commencing the equipment modification. Notification shall include a description of the FC or change, the equipment it applies to, and recommendation as to whether or not it should be installed. FCs and changes required to correct safety hazards shall be obtained from the OEM and installed in a timely manner by the contractor during periods of preventative maintenance. EFFECTIVENESS LEVEL/MAINTENANCE CREDIT The effectiveness level of each system shall be computed separately, on a month by month basis: Operational Use Time (OUT)(hours) EL = 100 * Scheduled Use Time (SUT)(hours) All times will be accrued in 15 minute increments and rounded up to the next highest number of hours when computing the monthly effectiveness level. Further, if any period of Operation Use Time (OUT) of less than three hours duration is immediately preceded and followed by periods of Down Time, and the CR determines that those Down Times were related, that the period OUT will be considered as Down Time in computing the monthly effectiveness level (EL). EL will be truncated to an integer number. Times are defined as follows: OUT: Scheduled Use Time (SUT) minus down Time. Time, accumulated in complete 15 minute intervals, during which the contractor maintained system/equipment is considered available. SUT: Time during which the contractor maintained system/equipment is scheduled by the Government for operation use. Scheduled and unscheduled time out are not included in SUT. Scheduled Time Out (STO): time during which the contractor maintained system/equipment is unavailable for operational use. The Government designated CR or other authorized personnel may establish STO. The contractor's manager or other authorized personnel may establish STO for Preventative Maintenance (PM) with prior concurrence of the government CR, at least 24 hours prior to commencement of STO. Unscheduled Time Out (UTO): Time during which the contractor maintained system/equipment is unavailable for operational use due to environmental conditions beyond the control of the contractor and the Government, such as hazardous weather conditions, or failure of Government provided facilities or services which are required for continued operation of the system/equipment, such as physical access to the building containing the system/equipment, or electrical power loss to a system/equipment not connected to the UPS at the MSRC. UTO shall be recorded after the fact by Government representative in the System Maintenance Event Log for the MSRC, and requires concurrence of the Government's CR or their designated representative. Down Time: Time during which the contractor maintained system/equipment is not available for operational use. Down Time can only occur during Scheduled Use Time. Down Time for one contractor maintained system/equipment may result in Down Time for additional contractor maintained system(s)/equipment(s) which depend on that system/equipment for continued operation. A system/equipment will be considered unavailable for use during an entire 15 minute interval if it is unavailable of used during any portion of the interval. Down Time shall be record by the Government representative in the System Maintenance Event Log for the MSRC. The contractor shall maintain equipment under the contract at a monthly effectiveness level of 98%, at a minimum, for each system/equipment identified. If the effectiveness level for a system/equipment drops below 98%, the contractor shall grant a 100% maintenance credit. Maintenance credits will be taken as a discount from the monthly amount due the contractor. Downtime will be accumulated for the month and rounded off to the next higher hour. DISCONTINUANCE OF MAINTENANCE The Government may, by written notice from the Contracting Officer discontinue maintenance under this contract, at no cost to the Government, thirty (30) days after receipt by the contractor of such notice, or sooner if mutually agreeable to the parties. Such discontinuance may be on a per piece-basis. TERMS: Services to be billed arrears. Net 30 days. Invoices: The invoice shall be submitted on official company letterhead with detailed cost for each of the following categories: - Total labor charges - Travel and per diem charges (if applicable) - Total invoice amount - Prompt payment discount offered (if applicable) The government reserves the right to request additional format information to the invoice as deemed necessary. Invoices for final payment must be so identified and submitted when the task has been completed and no further charges are to be billed. The original invoice shall be submitted to: General Services Administration Greater Southwest Finance Center - 7BCP P.O. Box 17181 Fort Worth, TX 761024 A copy of the invoice shall be submitted in ITSS under task order 4THO96075552. The website address is https://it-solutions.gsa.gov. SPECIAL TERMS AND CONDITIONS: Contractor's terms and conditions shall be incorporated. However, in the event of a conflict between the content of this Statement of Work and the contractor's standard terms and conditions, the content of the Statement of Work will take precedence. Contractor will provide suitably trained personnel to support the task. Due to the Engineer Research and Development Center's security requirements all contractor personnel working on this effort shall be United States citizens and capable of gaining access to the facility. Contractor must submit DD254 form for secret clearance. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, Section 508 representations and NSA compliance certifications, etc.) directly to peggy.braxton@gsa.gov so that they are received at that email address no later than the closing date and time for this solicitation. Period of performance is 10/01/2006 - 09/30/2007. Questions should be directed to Peggy Braxton at peggy.braxton@gsa.gov. Inquiries regarding the solicitation will only be accepted by email.
 
Place of Performance
Address: 3909 Halls Ferry Road, CEERD-IH, Vicksburg, MS
Zip Code: 39180
Country: UNITED STATES
 
Record
SN01133030-W 20060903/060901221637 (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.