Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2014 FBO #4739
DOCUMENT

D -- HARDWARE MAINTENANCE SERVICES/SUPPORT - Attachment

Notice Date
11/13/2014
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915N0109
 
Response Due
11/18/2014
 
Archive Date
1/17/2015
 
Point of Contact
Carlos Suggs
 
E-Mail Address
5-6956<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought notice only; it is not a request for quotations or offers. This sources sought notification is for the Department of Veterans Affairs Network Contracting Office 9 for the Veterans Administrative Medical Center (VAMC) Memphis located at 1030 Jefferson Avenue, Memphis, TN 38104 to determine the availability of Small Business (preferably Service-Disabled Veteran-Owned and/or Veteran-Owned) Entities within the area, relative to NAICS code 811212, with a size standard of $27.5M, and possessing the skills and capabilities necessary to provide high quality remote and onsite hardware maintenance services on Hewlett Packard (HP) Equipment to ensure increased equipment uptime and productivity. The vendor shall perform all of the requirements of the Statement of Work (SOW). Contract period shall begin December 1, 2014 thru September 30, 2015. The contractor shall provide all labor, transportation, materials, tools, documentation, parts and expertise required for the inspection, support and repair of the equipment, hardware and accessories. Work performance shall be required at the VAMC Memphis campus located at 1030 Jefferson Avenue, Memphis, Tennessee. The contractor shall ensure that the equipment functions in conformance with the specifications used when the equipment was procured by the VAMC, and any upgrades/updates. The contractor shall follow the most current published manufacturer's standards/specifications/regulations, and any other Federal or State mandatory laws and regulations. The contractor must identify any/all potential subcontractors proposed to work on the subsequent contract in writing prior to the subcontractor's commencement of work. Approval of subcontractor(s) must be in writing by the Contracting Officer (CO). No unauthorized work shall be completed without appropriate authorization by the Contracting Officer (CO). The contractor's service response to calls from unauthorized personnel may result in non-payment by the government. 1.SERVICES TO BE PROVIDED: ONSITE HARDWARE SUPPORT: For technical hardware issues that cannot be resolved remotely, the contractor shall provide an authorized representative to provide technical support on covered hardware products to return them to operating condition. The contractor shall provide replacement products that are new or equivalent to new in performance. The contractor shall install available engineering improvements to enable proper operation of the hardware products and maintain compatibility with HP-supplied hardware replacement parts. The contractor shall install any firmware updates that are required to return the covered product to operational condition or to enable supportability of the covered equipment. The contractor shall provide a four (4) Hour window time frame for onsite hardware support. HARDWARE PROBLEM DIAGNOSIS: When the VAMC Memphis places a service request via a designated support telephone number, the contractor shall work with the customer during coverage hours to isolate the hardware problem. The contractor shall have a response center available via telephone or electronically 24 hours a day, 7 days a week for problems that can be reported outside of the VAMC's outlined coverage hours. PARTS/ MATERIALS: The contractor shall provide all supported parts and materials necessary to maintain the covered hardware equipment in operating condition, including parts and materials for available and recommended engineering improvements. Replacement parts are to be new or equivalent to new in performance. Replacement parts shall be provided for services no longer under warranty. WORK TO COMPLETION: The contractor shall provide an authorized representative at the VAMC Memphis to deliver service (either onsite or remotely), and the representative shall continue to deliver the service until the products are operational, or as long as reasonable progress is being made. Work may be temporarily suspended if additional parts or resources are required, but work shall resume when they become available. With scheduled onsite response, work shall resume on the following business day. DEFECTIVE MATERIAL RETENTION: In the case that VAMC Memphis does not want to relinquish a defective disk drive due to sensitive data contained on the disk, the contractor shall waive all rights to maintain possession of a failed disk-drive component on which sensitive data is stored. REMOVAL OF EQUIPMENT: Approval of the COR and a VAMC equipment pass shall be obtained before removing equipment to Contractor's plant. Removal of the equipment shall be done with no additional costs to the government. The contractor shall be responsible for loss or damage of equipment. EQUIPMENT MODIFICATIONS: All modifications, upgrades, updates, enhancements, etc., shall be scheduled in advance with the Contracting Officer Representative (COR) and the COR must receive notice at least one week in advance before any equipment updates, upgrades, enhancements, and modifications are begun along with justification (if Vendor-suggested modification), estimated costs (if applicable), probable effect on equipment operation, and needs for new or additional in-service training. PREVENTATIVE MAINTENANCE: The contractor shall have an authorized representative visit the VAMC Memphis site at regularly scheduled intervals to perform diagnostics, check error logs on covered systems to find potential hardware problems, and, if necessary, address mechanical or electronic system complaints and clean or replace worn or defective parts. In addition, the representative may also check for potential problems by inspecting cables and cable connections or visual status indicators of covered hardware; check temperature and humidity levels and comparing them to vendor's recommendations; and install applicable engineering improvements and firmware updates that are required to maintain the hardware equipment. PROACTIVE CARE SERVICES: The contractor shall provide early insight into network problems through proactive maintenance and proactive network care by tracking and prioritizing network issues in near real-time. MISSION CRITICAL SERVICE: The contractor shall perform mission critical services that manage IT infrastructure, including blade and virtualized environments, mitigate technology-associated business risks while increasing operational efficiency for your company, and maintain availability. PERIOD OF PERFORMANCE: 12/1/2014 - 9/30/2015 PLACE OF PERFORMANCE: Memphis VA Medical Center; 1030 Jefferson Avenue; Memphis, TN 38104 2.SPECIAL INSTRUCTIONS: A.Contractor Check-In: The contractor's employees shall abide by all VAMC station policies and requires. The contractor's employees shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VAMC Police/Security Service, room CEG27. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited at the VAMC at any location other than the designated smoking shelters. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. B.Documentation: At the conclusion of the scheduled maintenance visit, the contractor shall submit reports of all maintenance and servicing applicable. The reports shall be submitted to the COR (Contracting Officer Representative) for this contract. The reports shall include a record of conditions found, repairs, all replacement parts utilized, and any other applicable information. All records, documents, and associated papers generated during the period of the contract become government property and will be returned to the government upon contraction termination or completion. During the contract period all records, documents, and associate papers will be available for Government review. C. Competency of personnel servicing equipment: 1. Each respondent shall have an established business, with an office and full time staff. Generally, the contractor shall have two years of successful experience in fully maintaining the full schedule of equipment (see attch 1) for this contract. 2. "Fully Qualified" is based upon training and on experience in the field. For training, the field service engineers have successfully completed a formalized training program, for the equipment identified in the schedule of equipment (see attch 1). For field experience, the field service engineers have a minimum of two years of experience (except for equipment newly on the market) performing maintenance and equipment repairs on the equipment. 3. The field service engineers shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "fully qualified" competent field service engineers, and the contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved field service engineers for each make and model the contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and COR specifically reserve the right to reject any of the contractors personnel and refuse them permission to work on the VAMC equipment. 3. CERTIFICATION/QUALITY ASSURANCE: The contractor shall be able to keep equipment under continuing certification, maintenance, and the warranties for all equipment. 4. TERMS AND CONDITIONS: A. User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. B. Exclusions: Service does not include electrical work external to the equipment, service and repair made necessary by the altercation or modification of equipment other than authorized by the manufacturer, including hardware installations or modifications of equipment by customer's employees or anyone other than the manufacturer, programming (modification of software code and program (software) maintenance unless required by the manufacturer, or service and repair due to abuse, mishandling, unauthorized operation, theft, loss, unapproved transportation methods, or environmental disasters. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission or responses to this announcement or the Government use of such information. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee as a requirement necessary to provide high quality remote and onsite hardware maintenance services on Hewlett Packard (HP) Equipment to ensure increased equipment uptime and productivity in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. No phone calls will be accepted. Interested parties should respond to the Contract Specialist, Carlos Suggs via e-mail at Carlos.Suggs@va.gov, not later than (NLT) November 18, 2014 at 2:00 PM Central Standard Time (CST). All interested parties should include the following information: 1. A company profile, including name of business, DUNS number, and other pertinent information. 2. A description of capabilities. 3. The business size and business socioeconomic category. Please note, all SDVOSB and VOSB must be verified by the office of Small Disadvantaged Business Utilization Center for Veterans Enterprise (CVE) prior to receiving any award. Attachment 1: EQUIPMENT LIST EQUIPMENT WORKLOAD Product Number: Description:Serial Number:Coverage Period:Quantity: AJ743AHP 2012fc DC Modular Smart Array3CL827S62510/01/2014 - 09/30/20151 AJ749AHP MSA2000 3.5in Sngl I/O 12 Drive Encl3CL914J35310/01/2014 - 09/30/20151 AJ749AHP MSA2000 3.5in Sngl I/O 12 Drive Encl3CL813J66610/01/2014 - 09/30/20151 A8000AHP Storage Works 4/8 SAN SwitchUSB836WXPE10/01/2014- 03/31/20151 230449-999DL380R G2 KMAT CTOD141JZG1K02810/01/2014 - 09/30/20151 230449-999DL380R G2 KMAT CTOD140JZG1L38310/01/2014 - 09/30/20151 230449-999DL380R G2 KMAT CTOD140JZG1L33210/01/2014 - 09/30/20151 230449-999DL380R G2 KMAT CTOD141JZG1K02710/01/2014 - 09/30/20151 230449-999DL380R G2 KMAT CTOD240JZG1D24410/01/2014 - 09/30/20151 3R-A3496-AAKybrd/Mon TFT5600 RKM9X3CJTJBP16510/01/2014 - 09/30/20151 400336-0011X4P KVM SW 1U/HI Res US140RM555A0156210/01/2014 - 09/30/20151 371293-405HP DL380R04 CTO US ChassisUSE550N2SN10/01/2014 - 09/30/20151 371293-405HP DL380R04 CTO US ChassisUSE550N2SP10/01/2014 - 09/30/20151 301111-001DL380R03 X2.8/400 512 USD340LDN1J45310/01/2014 - 09/30/20151 301111-001DL380R03 X2.8/400 512 USD340LDN1J46710/01/2014 - 09/30/20151 201723-B21MSA1000 ALL9J3AJN71ABKY10/01/2014 - 09/30/20151 371293-405HP DL380R04 CTO US ChassisEB2GMNDZ4310/01/2014 - 09/30/20151 379753R-291HP DL360 G4p X3.2/2MB/1GB SCSI Rmkt SvrUSE637N6GL10/01/2014 - 09/30/20151 AD597ARHP MSL6030 0 Drive Rmkt LibraryUSX635Z03010/01/2014 - 09/30/20151 AG052AHP TFT7600 US Rckmnt Keybrd 17in Monitor2C463700KK10/01/2014 - 09/30/20151 410007-B21HP ML570R04 SAS CTO ChassisUSE738N0F810/01/2014 - 09/30/20151 400606-B21HP ML370R05 SAS CTO ChassisUSE738N09410/01/2014 - 09/30/20151 400606-B21HP ML370R05 SAS CTO ChassisUSE738N09510/01/2014 - 09/30/20151 336045-B21HP 0x2x16 KVM SVR CNSL G1 SWMY2722CBMW10/01/2014 - 09/30/20151 257917-001DL380R03 X2.4/400 512 USD320KJN2H39610/01/2014 - 09/30/20151 371293-405HP DL380R04 CTO US ChassisUSE519A5S610/01/2014 - 09/30/20151 AG052AHP TFT7600 US Rckmnt Keybrd 17in Monitor2C48420T3M10/01/2014 - 09/30/20151 AJ735AHP MSA2 146GB 15K rpm 3.5 inch SAS HDDHP MSA2 146GB 15K rpm 3.5 inch SAS HDD10/01/2014 - 09/30/201514 348373-B21TFT7210R ALLH017MJX1B810/01/2014 - 09/30/20151
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0109/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0109 VA249-15-N-0109.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1726603&FileName=VA249-15-N-0109-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1726603&FileName=VA249-15-N-0109-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03572121-W 20141115/141113234246-933ec8b874208a940256f25f03de257c (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.