Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

99 -- Data Domain and Brocade Maintenance

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3QCCL7169A001
 
Response Due
8/28/2007
 
Archive Date
10/1/2007
 
Small Business Set-Aside
Total Small Business
 
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 separate written solicitation will not be issued. This acquisition is a SMALL BUSINESS SET-ASIDE, and is restricted to participation by Small Businesses only. Award may be made without Negotiations taking place. Justification for Brand Name Only: Must match existing equipment. Provide all plant, labor, material, supplies, and coordination necessary for Maintenance Services Support (Brand Name Only) for the Data Domain Virtual Tape Libraries and Brocade 4100 Switches The following clauses (current through FAC 2005-18 dated 30 Jun 07 and DFARS Change Notice 20070531) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items 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, and DFARS 252.212-7000 DFARS 252.211-7003 (Item Identification and Valuation) FAR 52.222-41 Service Contract Act Of 1965, as amended (5/89) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. The estimated period of performance is 1 Base year and two (2) options. The North American Industry Classification System (NAICS) is 541519, and $6.5 million annual receipts. INFORMATION TECHNOLOGY REPAIR AND UPDATE OF COMPUTERS & PERIPHERALS 9 July 2007 1.0 DESCRIPTION OF SERVICES. This Statement of Work describes contractor services for repair and hardware / firmware updates on equipment listed in Appendix A. 1.1 REPAIR SERVICE. 1.1.1 Contractor shall provide toll-free telephone access for service calls by the Government point of contact (POC) during hours of operation (Para 4.3). 1.1.2 The response time for this contract shall be next business day. 1.1.3 Repair of the items shall be accomplished on site at Robins Air Force Base, Georgia, when possible. When any module or subassembly cannot be repaired on site it may be removed from the system or peripheral. The contractor shal1 obtain a Temporary Issue Receipt (AF Form 1297) before any Government item may be removed from the site for repair. Contractor is responsible for equipment after removal from the government site until it is returned in good operating condition. 1.1.4 Component Reuse, Repair and /or Replacement. If components are not reparable they shall be replaced with an item which is equal to or superior to the original without alteration to form, fit or function and without voiding existing manufacturer warrantees. 1.1.5 Back up services can be used whenever the service personnel determine it necessary with concurrence of the POC, but shall be at no additional cost to the Government. 2.0 SERVICE DELIVERY SUMMARY Performance Objectives PWS Para Performance Threshold Repair ? Next Day 1.1 No more than 2 business days for response 3.0 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. The Government will provide to the contractor the equipment to be serviced, required system time with ready access, adequate working space and power outlets for use by contractor service personnel, and the provisioning and disposal of supplies used for maintenance purposes. Reference material and diagnostics in the Government's possession may be used by the contractor. 4.0 GENERAL INFORMATION. 4.1 QUALIFICATIONS REQUIREMENTS. Contractor shall provide qualified personnel for the equipment requiring repair or update. 4.2 SECURITY & PRIVACY. Access to classified information is not required in the performance of this contract. 4.3 HOURS OF OPERATION. Service (scheduled and nonscheduled) shall be performed by the contractor during normal Government working hours, 7:30 am to 4:30 pm Monday through Friday, excluding Government holidays unless otherwise coordinated though the POC. 4.4 CONTRACTOR ACCESS. Contractor access to Government installation, facilities, and equipment will be coordinated though the POC. 5.0 APPENDICES: Appendix A - Equipment List. Equipment List Data Domain VTL (4) EACH Serial Numbers 6FP5637009 6FP5637079 6FP5637081 6FP5638030 Software Support, VTL Gold 1 year (4) Brocade 4100 Series (3) EACH Serial Numbers SLX060045493 LX060020746 LX060020904
 
Place of Performance
Address: ROBINS AFB, GA
Zip Code: 31098-1611
Country: UNITED STATES
 
Record
SN01372082-W 20070816/070814221322 (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.