SOLICITATION NOTICE
R -- Purchase of Service for Uninterrupted Power Supplies - RFQ Document
- Notice Date
- 4/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-15-Q-PC2099
- Archive Date
- 5/12/2015
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Complete RFQ Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-15-Q-PC2099. This number is for tracking purposes only. Solicitation documents, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-80. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 811219. The SBA size standard is $7.0 Mil. IAW FAR 19.502-2(a), This IS A 100% Small Business Set-A-Side. The United States Coast Guard Command Control and Communications Engineering Center (C3CEN) located in Portsmouth, VA. 23705 intend to award a Firm Fixed Price PO Contract(except for Travel Cost) for Uninterrupted Power Supply Units (UPS) Maintenance Services. Performance shall be in accordance with the Statement of Work (SOW) below: *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals with Delivery Information by Apr/27/2015 @7:00AM EST. Delivery Information shall include any Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. Email quotes are acceptable and are to be emailed to: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil NOTE: THIS IS A 100% SMALL BUSNESS SET-A-SIDE The Anticipated Award Date for the PO Contract is Apr/29/2015, this date is approximate and not exact. The Contractor shall provide the Level of Service Maintenance as noted for each specific Tag Number and Location as provided in the chart below paragraph 17.7. It is required that the Technicians providing Service on the Items listed shall be Qualified Technicians to Service those Items and provide the PM. They are to be Factory Liebert Trained Technicians. NOTE: The offeror is required to include Certification/Proof of having Factory Liebert Trained Technicians. Schedule B: Line Item 1: Base Year: The Contractor shall provide 1 Year of Service IAW the attached SOW below. Line Item 2: Travel for Base Year: The Contractors Quotation/Proposal is to include Estimated Travel Expenses. All Travel Expenses will be reimbursed to the Contractor in accordance with the Federal Travel Regulations, JFTR. Line Item 3: Option Year 1: The Contractor shall provide 1 Year of Service IAW the attached SOW below. Line Item 4: Travel for Option Year 1: The Contractors Quotation/Proposal is to include Estimated Travel Expenses. All Travel Expenses will be reimbursed to the Contractor in accordance with the Federal Travel Regulations, JFTR. Line Item 5: Option Year 2: The Contractor shall provide 1 Year of Service IAW the attached SOW below. Line Item 6: Travel for Option Year 2: The Contractors Quotation/Proposal is to include Estimated Travel Expenses. All Travel Expenses will be reimbursed to the Contractor in accordance with the Federal Travel Regulations, JFTR. Quotation Instructions: A-Please provide the Firm Fixed Price (FFP) Quotation broken out for Base Year and All Separate Option Years and provide Estimated Travel Expenses. B-Please provide the Contractors Name and Active Cage Code# and DUNS Number with your responses to this RFQ, Quotes will be deemed unresponsive that do not include this required information. C-NOTE: The offeror is required to include Certification/Proof of having Factory Liebert Trained Technicians. Periods of Performance (POP) Base Year: From Date of Award for a Period of one (1) Year Option Year 1: One Year of performance to Start at end of the Base Year. Option Year 2: One Year of performance to start at end of Option Year 1. The Exact dates of the POP will be determined and defined upon PO Contract Award. NOTE: THIS IS A 100% SMALL BUSNESS SET-A-SIDE The Following FAR Provisions/Clauses apply to this Acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2014), FAR 52.212-2 Evaluation-Commercial Items (OCT 2014)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2014) to include Alt I (DEC 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUN 2014) FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (MAR 2014), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address: http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (SAM) (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAY 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; FAR 52.217-5 Evaluation of Options (MAR 2014) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) This following clause 52.232-18 applies to the Option Periods Only. (a) FAR 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) The USCG/Government is not bound nor required to Exercise any Options of this Purchase Order Contract. FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in End of Clause HOMELAND SECURITY ACQUISITION REGULATION (48CFR CHAPTER 30) CLAUSES (can be accessed electronically at www.dhs.gov/dhspublic)HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. STATEMENT OF WORK SHORT TITLE: C3CEN Command Centers Lab UPS System Maintenance 1. PLACE OF PERFORMANCE. 1.1 USCG C3CEN 4000 Coast Guard Blvd. Portsmouth, VA 23703 2. REFERENCES. 2.1 FAR 31.205-46 Travel Costs 2.2 COMDTINST M5500.13 (series), U. S. Coast Guard Security and Information Assurance Manual 2.3 Physical Security & Force Protection Program Manual, COMDTINST M5530.1(series) 2.4 DHS Management Directive 140-1Information Technology System Security, DHS 4300A Sensitive Systems Handbook, and DHS 4300B National Security Systems Handbook. 2.5 DHS Management Directive 4010.2, Section 508 Program Management Office and Electronic and Information Technology Accessibility 2.6 Federal Travel Regulations 2.7 Department of Homeland Security Acquisition Workforce Policy Number: 064-04-003 2.8 Liebert NX TM UPS User Manual 2.9 Liebert FPC TM User Manual 2.10 For many acquisitions, the terms Contracting Officer's Representative (COR) and Contracting Officer's Technical Representative (COTR) can be alternate terms for the same individual. The representative for this Task Order is different from the representative for the underlying contract. To distinguish these two, for purposes of this task order, COR will refer to the representative appointed for the contract and COTR will refer to the representative appointed to assist in administering the contract. Both individuals will be appointed in writing and HSAR 3052.242-72 is applicable to both. 3. SCOPE: 3.1 The purpose of this contract is to perform preventative and corrective maintenance on the Liebert UPS system installed at the United States Coast Guard's Command, Control & Communications Engineering Center (C3CEN) located at Portsmouth, Virginia. The period of performance is for one (1) year from the date of award with two option years following the base year. The contractor will be escorted by the COR during the course of this work. No access to classified information is required. No unescorted logon access to a DHS/CG Computer Information System is required. Use of a Common Access Card (CAC) is not required for this work. 4. SECURITY REQUIREMENTS: 4.1 Contractor employee access to sensitive but unclassified (for-official-use-only) information is required under this contract. Although access to classified restricted spaces at C3CEN (Command Center Lab) is required, the classified restricted space shall be sanitized throughout the contractor's visit and an escort shall accompany the contractor at all times. 4.2 Contractor personnel shall read, complete and sign the Department of Homeland Security Non-Disclosure Agreement - DHS Form 11000-6 (series). This form will be maintained on file by the Contracting Officer or servicing CG Command Security Officer. 4.3 DHS MD 11055 states that waivers to the U.S. citizen requirement may only granted by the Head of the Component or designee with the concurrence of both the DHS CSO and CIO or their designees. 4.4 The contractor's facility security officer (FSO) shall provide a visit authorization letter (VAL) to C3CEN's Command Security Officer at least five business days in advance of commencing work. The VAL shall identify all contractor employees requiring access to the job site. Questions concerning VAL requirements shall be directed to C3CEN's Command Security Officer at (757) 638-2718. 4.5 Contractor employees working on-site at government facilities shall wear a government issued identification badge. All contractor employees shall identify themselves as contractors when their status is not readily apparent and display the government issued badge in plain view, on front and above the waist at all times. All contractor employees working on-site shall be required to complete a security arrival brief upon check-in. This may include the inspection and tagging of computer equipment and other electronic devices that may be required by the contractor employee to perform their assigned tasks. 4.6 Contractor's employees shall comply with all applicable government regulations, policies and procedures, e.g., fire, safety, sanitation, environmental protection, and security, when visiting or working at government facilities. The contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not bring discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. The contractor employee shall not release any government personnel contact information or information concerning official unit business or operations to unauthorized parties. 4.7 The government may, at its sole discretion, direct the contractor to remove any contractor employee from Coast Guard and Department of Homeland Security facilities for misconduct or security reasons. Removal does not relieve the contractor of the responsibility to continue providing the services required in this task order. The government will provide the contractor with an immediate written explanation of the request to remove the employee through the Coast Guard KO. 4.8 The contractor employee shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, the contractor employee shall secure work areas, equipment and materials to prevent loss. 4.9 The government is the only source for media release information. The contractor employee shall not provide any government-related information to the media and shall refer all queries to the COR or KO. 4.10 Contractor access to sensitive but unclassified information (SBU) is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, "Safeguarding SBU/FOUO information." SBU includes information categorized by DHS or other government agencies as: For Official Use Only (FOUO); Official Use Only (OUO); Sensitive Homeland Security Information (SHSI); Limited Official Use (LOU); Law Enforcement Sensitive (LES); Safeguarding Information (SGI); Unclassified Controlled Nuclear Information (UCNI); and any other identifier used by other government agencies to categorize information as sensitive but unclassified. The Contractor shall sign a non-disclosure agreement (DHS Form 11000-6). The Contractor shall continue to ensure employees safeguard this information when the new Controlled Unclassified Information (CUI) framework replaces the Sensitive but Unclassified (SBU) categorization. 4.11 The contractor shall implement procedures whereby any loss, compromise, or suspected loss or compromise of sensitive but unclassified information or material issued under this contract is promptly reported to the designated Contracting Officer Representative (COR). The COR shall provide a complete report of the loss to the servicing USCG Command Security Officer and Contracting Officer. 5. U. S. Coast Guard Command, Control and Communications Engineering Center (C3CEN) Representatives: 5.1 USCG Funding Representative: Julie Haug USCG C3CEN,PL-C2 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757) 686-4158 Julie.A.Haug@uscg.mil 5.2 USCG Contracting Officer: Mr. James Lassiter USCG C3CEN, 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757)686-2149 James.A.Lassiter@uscg.mil 5.3 USCG Contracting Officer Representative (COR): ETC James Pisano USCG C3CEN, PL-C2 4000 Coast Guard Blvd, Portsmouth VA 23703 Phone: (757) 686-4239 James.V.Pisano@uscg.mil 6. DESCRIPTION OF WORK. This requirement is for Service and Maintenance of the below described Liebert Uninterruptible Power Supply (UPS) System located at the United Stated Coast Guard Command, Control, and Communications Engineering Center (C3Cen) Command Centers Lab Server Room. 6.1 The Contractor shall provide the Service and Maintenance as described under the Required Coverage section. 6.2 It is required that the technicians providing these services on the items listed be a Qualified Technician to service those items and provide the level of maintenance required. They are to be Liebert Factory Trained Technicians. 6.3 REQUIRED COVERAGE: 6.3.1 Guaranteed 4-hour on-site response, 7 days/week, 24 hours/day including Toll Free phone access to Customer Response Center (staffed 24/7) 6.3.2 Includes 100% parts coverage (excluding air filters and FPC Branch Circuit Breakers) 6.3.3 Includes 100% labor and travel coverage 7 days/week, 24 hours/day 6.3.4 Single Jar (a ‘Jar' is an individual battery) Replacement Service for Lead Acid Batteries: Includes freight, labor, disposal and batteries. Up to 10% of defective battery jars may be replaced within a 12-month period as determined by the contractor 6.3.4.1 Includes battery recycling as required, with documentation meeting EPA requirements. 6.3.5 All Service shall be performed by Liebert factory trained technicians 6.3.6 Includes Semi-Annual and Annual Preventive Maintenance Service (as described below) scheduled with the customer at the customer's convenience. (excluding national holidays) 6.4 UPS Service Performed (Semi-Annual and Annual Service as indicated) 6.4.1 Corrective Maintenance Performed as Required 6.4.2 Semi-Annual Preventative Maintenance Service 6.4.2.1 Perform a temperature check on all breakers, connections, and associated controls. Repair and/or report all high temperature areas. 6.4.2.2 Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components. Check air filters for cleanliness. 6.4.2.3 Check module(s) completely for the following: 6.4.2.3.1 Rectifier and inverter snubber boards for discoloration. 6.4.2.3.2 Power capacitors for swelling or leaking oil. 6.4.2.3.3 DC capacitor vents caps that have extruded more than 1/8". 6.4.2.4 Record all voltage and current meter readings on the module control cabinet or the system control cabinet. 6.4.2.5 Measure and record harmonic trap filter currents. 6.4.2.6 Perform Battery Load Test, to be conducted on one UPS at a time to ensure the system stays online. 6.4.3 Annual Preventative Maintenance Service Includes the Above, Plus 6.4.3.1 Check the inverter and rectifier snubbers for burned or broken wires. 6.4.3.2 Check all nuts, bolts, screws, and connectors for tightness and heat discoloration. 6.4.3.3 Check fuses on the DC capacitor deck for continuity (if applicable). 6.4.3.4 With customer approval, perform operational test of the system including unit transfer and battery discharge. 6.4.3.5 Calibrate and record all electronics to system specifications. 6.4.3.6 Install or perform Engineering Field Change Notices (FCN) as necessary. 6.4.3.7 Measure and record all low-voltage power supply levels. 6.4.3.8 Measure and record phase-to-phase input voltage and currents. 6.4.3.9 Review system performance with customer to address any questions and to schedule any repairs. 6.5 Battery Cabinets' Service Performed (Semi-Annual and Annual Service as indicated) Note: During the initial preventative maintenance visit for battery cabinets, an Annual Service preventative maintenance must be performed. 6.5.1 Corrective Maintenance Performed as Required 6.5.1.1 Refurbish cell connections as deemed necessary by the detailed inspection report. 6.5.2 Semi-Annual Preventative Maintenance Service 6.5.2.1 Check integrity of battery cabinet. 6.5.2.2 Visual inspection of the battery cabinet and/or room to include: 6.5.2.2.1 Check for NO-OX grease or oil on all connections 6.5.2.2.2 Check battery jars for proper liquid level (if flooded cells). 6.5.2.2.3 Check for corrosion on all the terminals and cables. 6.5.2.2.4 Examine the physical cleanliness of the battery room and jars. 6.5.2.3 Measure and record DC bus ripple voltage. 6.5.2.4 Measure and record total battery float voltage. 6.5.2.5 Inspect the appearance and cleanliness of the battery and the battery room. 6.5.2.5.1 Clean normal jar top dirt accumulation (to be done only with battery off line). 6.5.2.6 Measure and record the total battery float voltage and charging current. 6.5.2.7 Measure and record the overall AC ripple voltage. 6.5.2.8 Measure and record the overall AC ripple current. 6.5.2.9 Visually inspect the jars and covers for cracks and leakage. 6.5.2.10 Visually inspect for evidence of corrosion. 6.5.2.11 Measure and record the ambient temperature. 6.5.2.12 Verify the integrity of the battery rack/cabinet. 6.5.2.13 Measure and record 100% of jar temperatures. 6.5.2.14 Measure and record the float voltage of all jars. 6.5.2.15 Measure and record all internal ohmic readings. Provide a detailed written report noting any deficiencies and corrective action needed, taken and/or planned. 6.5.3 Annual Preventative Maintenance Service Includes the Above, Plus 6.5.3.1 Re-tighten all battery connections to the battery manufacturer's specifications, if required. Refer to the manufacturer's literature to determine if re-tightening is required. 6.5.3.2 Measure and record all battery connection resistances in micro-ohms, when applicable. 6.6 FPC Cabinets Service Performed (One Annual Service indicated as "Full Preventative Maintenance Service") 6.6.1 Corrective Maintenance Performed as Required 6.6.2 Full Preventive Maintenance Service 6.6.2.1 Perform a complete visual inspection of the internal sub-assemblies, wiring harnesses, cables, major components, and check for proper clearance around the unit. 6.6.2.2 Perform an Infrared Thermograph Scan (IRT Scan) and verify all transformer, terminal block, and ground/neutral bus bar connections for tightness. 6.6.2.3 Perform an Infrared Thermograph Scan (IRT Scan) and verify all circuit breakers including the panel board(s) branch circuits for tightness. 6.6.2.4 Perform an Infrared Thermograph Scan (IRT Scan) and verify high and low voltage junction box terminals for tightness. 6.6.2.5 Perform an Infrared Thermograph Scan (IRT Scan) and verify all option wiring for tightness. (Spike suppressor, ground fault, phase rotation/loss). 6.6.2.6 Verify continuity of all fuses and that they are correctly rated (if equipment can be de-energized to be coordinated with the COR). 6.6.2.7 Verify grounding electrode conductor and any isolated grounds. 6.6.2.8 Verify EPO lamps are illuminated (if applicable). 6.6.2.9 Check that the local and remote EPO's are functioning properly (to be coordinated with the COR). 6.6.2.10 Record all the electrical data via the local display (if applicable). Ensure all values are within the specification. 6.6.2.11 Activate the transformer over-temp alarm and shutdown circuits to confirm proper operation (to be coordinated with the COR). 6.6.2.12 Verify the operation of any option for alarm or shutdown sequence (to be coordinated with the COR). 6.6.2.13 Verify the operation of any customer alarm circuit(s) and specified messages. 6.6.2.14 Verify specified restart capabilities (manual or auto-restart) (to be coordinated with the COR). 6.6.2.15 Install or perform Engineering Field Change Notices (FCN) as necessary 6.7 Parallel Cabinets Service Performed (One Annual Service indicated as "Full Preventative Maintenance Service") 6.7.1 Corrective Maintenance Performed as Required 6.7.2 Full Preventive Maintenance Service 6.7.2.1 Complete visual inspection of the equipment including internal sub-assemblies, wiring harnesses, contactors, cables, and major components. 6.7.2.2 Check all mechanical connections for tightness and heat discoloration, making corrections where necessary. 6.7.2.3 Clean any foreign material and dust from internal compartments. 6.7.2.4 Perform a status check of all alarm circuits (if applicable). 6.7.2.5 Calibration of the equipment to meet manufacturer's specifications (if applicable). 6.7.2.6 Operational checkout of the system to include transfers and proper status indications. 6.7.2.7 Install or perform Engineering Field Change Notices (FCN) as necessary. 6.7.2.8 Return unit to operational service with normal load then measure and verify display indications. 7. GOVERNMENT-FURNISHED INFORMATION.: N/A 8. GOVERNMENT-FURNISHED MATERIAL: N/A 9. GOVERNMENT-FURNISHED EQUIPMENT: N/A 10. CONTRACTOR-FURNISHED EQUIPMENT: N/A 11. CONTRACTOR-FURNISHED MATERIAL: 11.1 The contractor shall be responsible for all necessary tools and test equipment to perform all work. 12. TRAVEL REQUIREMENTS: 12.1 Contractor Travel may be required to support this requirement. All Travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Federal Travel Regulations. The Contractor shall be responsible for obtaining COTR approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event 13. TRANSPORTATION OF EQUIPMENT/MATERIAL: 13.1 Contractor shall be responsible for transporting all materials to and from C3Cen. 13.2 Contractor shall be responsible for handling and disposition of all hazardous material. 14. DATA DELIVERABLES: 14.1 The Contractor shall provide documentation of all measurements and a detailed written report noting any deficiencies and corrective action taken and/or required. 15. SUBCONTRACTING REQUIREMENTS: 15.1 Sub-contracting is not anticipated and not authorized without express prior written permission of the contracting officer. 16. ACCEPTANCE PLAN: 16.1 All work to be performed and all material and data to be submitted under this Task Order will be inspected and accepted by the designated Government Representative. Preliminary reports, outlines and draft documents submitted to the Coast Guard will be reviewed by the Coast Guard for completeness, and may be returned to the Contractor for correction. Absence of any comments by the Coast Guard shall not relieve the Contractor of the responsibility for complying with the requirements of this work statement. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance of the Contracting Officer. Any letter of acknowledgment of receipt of material shall not be construed as a waiver of review, or as an acknowledgment that the material is in conformance with this work statement. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. 16.2 The Government will provide requirements and acceptance standards for specified system related documentation prior to the Contractor developing documentation. 16.3 All work performed, all materials and all data provided under this task order will be made available for inspection of compliance with requirements of this Task Order and be reviewed as accomplished by the designated remote site personnel with final acceptance by the COR. 17. OTHER CONDITIONS/REQUIREMENTS: 17.1 Period of Performance: 17.2 Base Year: 1 Year From Date of Award 17.3 Option Year 1 One Year of performance to Start at end of the Base Year. 17.4 Option Year 2: One Year of performance to Start at end of Option Year 1. 17.5 Place of Performance: The primary place of performance will be in Room 137, the Command Centers Lab Server Room located at: USCG C3Cen 4000 Coast Guard Blvd. Portsmouth, VA 23703 17.6 Hours of Performance: All routine work must be performed Monday through Friday. Between 0830 and 1500 hours, excluding Federal holidays. The Contractor representative and the COR will schedule all work between these hours. Any deviation to these hours will be requested and approved in advance (electronic mail is acceptable) prior to change in schedule. 17.7 All maintenance will be performed on the following equipment located at Liebert Site #: 126541 US Coast Guard C3Cen, 4000 COAST GUARD BLVD, PORTSMOUTH, VA 23703 Liebert Tag # Description Model # Semi Annual PM Qnty Annual PM Qnty. 1513446 NX 80-120 38SB120A0A00 1 1 1513447 NX 80-120 38SB120A0A00 1 1 1513448 NX 80-120 38SB120A0A00 1 1 1513449 NX 80-120 38SB120A0A00 1 1 1513450 FPC 75-125 FPA13C411P8984 0 1 1513451 FPC 75-125 FPA13C411P8984 0 1 1513452 FPC 75-125 FPA13C411P8984 0 1 1514259 NX10-30PERIPH 38SC120AA64LB1S 0 1 1514260 SEALEDBATTERY 38BP080XMX1BNS 1 1 1514261 SEALED BATTERY 38BP080XMX1BNS 1 1 1514262 SEALED BATTERY 38BP080XMX1BNS 1 1 1514263 SEALED BATTERY 38BP080XMX1BNS 1 1 1514264 SEALED BATTERY 38BP080XMX1BNS 1 1 1514265 SEALED BATTERY 38BP080XMX1BNS 1 1 1514266 SEALED BATTERY 38BP080XMX1BNS 1 1 1514267 SEALED BATTERY 38BP080XMX1BNS 1 1
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c1b2e62d4b9e1532df48c37bf92ff268)
- Record
- SN03705015-W 20150422/150420235614-c1b2e62d4b9e1532df48c37bf92ff268 (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 |