Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

49 -- MAINTENANCE CONTRACT FOR DEPARTMENT OPERATIONS CENTER EQUIPMENT

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0323
 
Response Due
8/23/2010
 
Archive Date
8/23/2011
 
Point of Contact
DEBBIE WOLESLAGLE 910-450-5405 OR MR. CURTIS TUCKER AT 910-451-3014.
 
E-Mail Address
deborah.woleslagle@usmc.mil
(deborah.woleslagle@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for non-personal services items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M67001-10-Q-0323 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and DCN 20100413. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 811211. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001: MAINTENANCE CONTRACT. THE PERIOD OF PERFORMANCE IS FROM 01 SEPTEMBER 2010 THROUGH 31 AUGUST 2011: 12 MONTHS AND FOUR (4) OPTION YEARS. SEE ATTACHED STATEMENT OF WORK FOR DUTIES AND RESPONSIBILITIES.******SITE VISIT SCHEDULED FOR 18 AUGUST 2010 AT 1330 HOURS (1:30 P.M.) EST AT BLDG 58, DEPARTMENT OPERATIONS CENTER, CAMP LEJEUNE, NC. ****** The Government will award the contract to the quoter that offers the best value with a satisfactory past performance record and who is responsible. The quoter shall provide all information and paperwork needed for evaluation to the Statement of Work. The evaluation factors that will be used to determine award are technically capable, Past Performance, and Price. Quoter shall submit at least 3 past performance references of contracts completed within the past 3 years with the following information as part of the quote: Name of Government or private entity; brief description of the contract and relevance of this requirement; total contract value; point of contact name and contact information including phone number and e-mail address. If a quoter has no relevant past performance history, the quoter shall affirmatively state that it possesses no relevant past performance history. Such quoters will neither be evaluated favorably nor unfavorably on past performance. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--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 of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; FAR 52.222-41 Service Contract Act. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is 23 AUGUST 10 at 12:00 (12:00 PM) EST. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quotes to deborah.woleslagle@usmc.mil or fax to (910) 451-2331. PERFORMANCE WORK STATEMENT (PWS)DEPARTMENT OPERATIONS CENTER 1.0Background: The Department of Public Safety (DPS), Marine Corps Base, Camp Lejeune, manages the Department Operations Center (DOC), a command center utilized during major emergency and non-emergency incidents. The DOC provides a centralized location to conduct Incident Management, which involves coordination of all First Responders, to include but not limited to fire and police resources both on and off-base. The DOC must be fully functional 24 hours per day, 365 days per year. DPS also manages a department classroom and department conference room, both with various electronic and audio/visual systems that require ongoing maintenance. 2.0 Scope/Objective: The purpose of this order is to provide yearly hardware maintenance including repair or replacement of all equipment installed in the Department Operations Center (DOC), the Conference Room, and the Classroom. The DOC and Conference Room are located in Bldg 58, and the Classroom is located behind Bldg 58 in Bldg 58K. The specific equipment covered is listed in the itemized inventory described below. This contract includes all parts, labor, repair, replacement, and scheduled preventive maintenance services to meet or exceed manufacturer's specifications. Replacement equipment must be provided for any item requiring repair and/or removal for repair at the time of the service visit. On-site response time for equipment repairs or replacement is not to exceed four (4) hours. 3.0Applicable Documents: N/A. 4.0Tasks:4.1 Building 58 Department Operations Center (DOC).This requirement will include all parts and labor, to include but not limited to all labor needed to diagnose, repair, or replace components that failed during normal operation of the equipment. Specialized furniture with hydraulic monitor lifts, roll-out keyboard trays, and portable storage/file cabinets will also be maintained, repaired, or replaced by the Contractor, as required..The Contractor shall provide technical phone support and/or on-site support as required for emergency repairs. On-site response time for emergency equipment repairs or replacement is not to exceed four (4) hours..The Contractor shall provide no less than four (4) operational/preventive maintenance visits per year, utilizing equipment manufacturer's standard commercial practices to ensure equipment functionality at optimum levels. THE CONTRACTOR SHALL SCHEDULE ALL VISITS THROUGH THE GOVERNMENT CONTRACT OVERSIGHT POINT OF CONTACT..All non-emergency related repairs will be performed during normal working hours (8:00 a.m. - 4:30 p.m., Monday through Friday) unless otherwise arranged by the government contract oversight point of contact. THE CONTRACTOR SHALL SCHEDULE ALL VISITS THROUGH THE GOVERNMENT CONTRACT OVERSIGHT POINT OF CONTACT. Building 58 DOC Equipment Includes:1- 65" Panasonic Plasma Display4- 50" Panasonic Plasma Display2- Hewlett Packard 50" Plasma Display1 - Administrator PC and Console21- Hewlett Packard Workstations with LCD Monitor19 - Wrightline specialized computer desks with monitor lifts1- Bose Surround Sound System with DVD Player2- Panasonic Black and White Panaboards1- Remote Entry Access Control, including CCTV, intercom, and door release system1 - KVM switch and extender via Cat53 - Hewlett Packard Video Servers1- Hewlett Packard All-in-One Scanner/Printer/Fax1- Hewlett Packard Color LaserJet Printer1- Component video extender2- USB via Cat5 extenders1- Audio extender via Cat51- Beamplus device7- LCD mirroring Displays at administrator console7- Video extenders via cat52- 42" LCD TelevisionsAssorted cabling and connectors 4.2 Bldg 58 2nd Deck Conference Room.The audio-visual equipment in the 2nd Deck Conference Room is used to display computer- based information on a wall-mounted LCD display and drop-down screen via a ceiling-mounted projector. Equipment and cabling includes capability to connect both a government furnished computer and a guest computer to the projection system..The Contractor shall provide maintenance services to include Onsite Service, all parts and labor needed to diagnose, repair, or replace components as required. Maintenance services will maintain the functionality of the overall system..The Contractor shall provide technical phone support and/or on-site support as required for emergency repairs. On-site response time for emergency equipment repairs or replacement is not to exceed 24 hours..The Contractor shall provide no less than four (4) operational/preventive maintenance visits per year, utilizing equipment manufacturer's standard commercial practices to ensure equipment functionality at optimum levels. THE CONTRACTOR SHALL SCHEDULE ALL VISITS THROUGH THE GOVERNMENT CONTRACT OVERSIGHT POINT OF CONTACT..All non-emergency related repairs will be performed during normal working hours (8:00 a.m. - 4:30 p.m., Monday through Friday) unless otherwise arranged by the government contract oversight point of contact. THE CONTRACTOR SHALL SCHEDULE ALL VISITS THROUGH THE GOVERNMENT CONTRACT OVERSIGHT POINT OF CONTACT. Bldg 58 2nd Deck Conference Room Equipment Includes:1- Ceiling mounted projector1- Projector screen1- Peerless wall mount1 - Sharp 65" LCD Display1 - VGA two port switch1- VGA two port amplifierAssorted cabling and connectors 4.3 Bldg 58K ClassroomNOTE: Equipment in the classroom is covered under warranty until 1 May 2011. This maintenance contract is for coverage from 2 May 2011 through 31 August 2011..The Classroom equipment is used for specialized training for first responders and other public safety personnel, and includes laptops, CAC readers, a video projection system with synchronized wall displays, a podium with integrated sound system and DVD player, color smartboard, network printer, and assorted cabling and switches..The Contractor shall provide maintenance services to include Onsite Service, all parts and labor needed to diagnose, repair, or replace components as required. Maintenance services will maintain the functionality of the overall system..The Contractor shall provide technical phone support and/or on-site support as required for emergency repairs. On-site response time for emergency equipment repairs or replacement is not to exceed 24 hours..The Contractor shall provide no less than four (4) operational/preventive maintenance visits per year, utilizing equipment manufacturer's standard commercial practices to ensure equipment functionality at optimum levels. THE CONTRACTOR SHALL SCHEDULE ALL VISITS THROUGH THE GOVERNMENT CONTRACT OVERSIGHT POINT OF CONTACT..All non-emergency related repairs will be performed during normal working hours (8:00 a.m. - 4:30 p.m., Monday through Friday) unless otherwise arranged by the government contract oversight point of contact. THE CONTRACTOR SHALL SCHEDULE ALL VISITS THROUGH THE GOVERNMENT CONTRACT OVERSIGHT POINT OF CONTACT. Bldg 58K Classroom Equipment Includes:1- Ceiling mounted Optima HD DSP projector1- Motorized Projector screen3- Samsung 52" Plasma Display with tilting wall mounts1- Customized Podium with integrated audio amplifier, microphone, and UPS1- Panasonic Color Copyboard with integrated HP Officejet Pro K8600 printer1- Atlona Video/Audio switch1- TV tuner1- Magnavox DVD/VCR player1- VGA four port amplifier21- HP Elitebook 8530 laptops with external keyboards and mice21- Software licenses for Windows XP, MS Office Professional, and Adobe Acrobat Reader13- Power strips w/surge protection1- Portable Secure Laptop storage cabinet with integrated timer and power management system 1- HP CP2020n Color LaserJet network printerAssorted cables, cable raceway & loom, and adapters 5.0Place of Performance: Department of Public Safety, Building 58 and Building 58K (located behind Building 58), Marine Corps Base (MCB) Camp Lejeune, NC. 6.0Government Furnished Equipment and Support: Contact Sharon Marshburn, DPS Administrative Officer, at 910-451-9354 for support, MCB Camp Lejeune, NC. 7.0Reports: N/A 8.0Period of Performance: 01SEP10 to 31AUG11 9.0 Payment: Vendor to enter invoices into Wide Area Work Flow (WAWF) for payment. 10.0 Contract Oversight: Mr. Lindsay Smith at 910-451-9352, MCB Camp Lejeune, NC. Contracting Officer: Debbie Woleslagle at 910-450-5405, Camp Lejeune, NC Contracting Officer Technical Representative: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0323/listing.html)
 
Record
SN02238728-W 20100814/100812235653-764230191e4ce5f510aaceaad71a765f (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.