Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1996 PSA#1672

HQ SSG/PKT, 375 Libby Street,Building 501 Maxwell AFB-Gunter Annex AL 361143207

J -- HARDWARE MAINTENANCE SERVICES FOR THE AUTOMATIC DIGITAL WEATHER SWITCH (ADWS)/COMMUNICATIONS FRONT-END PROCESSOR (CFEP) PART 1 OF 2. SOL F01620-97-Q0001 DUE 091396 POC Contact SSgt Anita Earthly, 334/416-5615, Contract Specialist/Lt Artis R. Clayton, 334/416-5615, Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposal (RFP) F01620-97-Q0001, is hereby issued with incorporated provisions and clauses effect through Federal Acquisition Circular (FAC) 90-38. HQ SSG/PKT intends to enter into a negotiated full and open competition 1 year contract with 4 option periods for hardware maintenance services for the Automatic Digital Weather Switch (ADWS) and the Communications Front-End Processor (CFEP). The main focus of this contract effort shall be to provide hardware maintenance services for the ADWS/CFEP facilities located at TInker AFB OK, Hickam AFB HI, RAF Croughton UK, and Offutt AFB NE) THe ADWS/CFEP shall be operational seven days a week, 24 hours per day. The ADWSs/CFEP shall maintain a system effectiveness level of 99.5% and a component effectiveness level of 95% to satisfy the preventive maintenance (PM) and remedial maintenance (RM) objectives. Spare/replacement parts to operate the ADWS/CFEP must be available as well as the latest version of the diagnostic software required to perform ADWS/CFEP system maintenance. The contractor shall establish a process for utilizing New Original Equipment Manufacturer (OEM) standard parts or reconditioned OEM factory standard parts equal or better quality in effecting repairs. The Contractor shall develop maintenance requests, service action files, and status reports to document the ADWS/CFEP RM and PM objectives. Provisions for validating the information shall also be implemented. Equipment removed from the Government facility for RM shall not be taken without leaving a claim check with the customer or the customer's designated representative. Procedures for ensuring equipment performs in accordance with the manufacturer's stated/published minimum performance specifications and/or parameters shall be developed. RM actions are to be performed during the Principle Period of Maintenance (PPM) which shall be 24 hours per day, seven days per week. Flexibility to respond and resolve multiple maintenance service actions is critical to satisfying the RM objectives. RM services shall include loaner equipment and/or system components, next level support (District/Regional specialist or OEM technician), and maintenance diagnostics/software routines, including all needed test equipment to ''troubleshoot'' the entire computer system to identify and/or isolate the source of the problem. PM actions shall be performed on each of the ADWS/CFEP systems to facilitate the day to day operation of ADWS/CFEP hardware. PM efforts shall provide a schedule for equipment inspection and servicing that will augment the required system and component effectiveness levels. The times for PM shall be arranged by mutual agreement between the Contractor and the appropriate Government representative. An equipment inventory inspection shall be required to identify the status of any components which are broken or malfunctioning, awaiting maintenance, or awaiting parts to effect repair. The main focus of the equipment inventory inspection shall be to validate the ADWS/CFEP components. Inventory inspections are required at all three ADSE locations and the CFEP location. A system effectiveness level of 99.5% and a component effectiveness level of 95% for each month under maintenance must be achieved to satisfy the maintenance objectives of this contract. A system shall minimally consist of one multiple procesor and all associated equipment. There are two complete ADWS systems at each of the three ADWS locations (Tinker AFB OK, Hickam AFB HI, and RAF Croughton UK) and two complete CFEP systems at Offutt AFB NE. Implementation of effectiveness level credits shall be commensurate with the required continuity of services. Effectiveness level credits for the systems and components shall be calculated by dividing the total hours in a given month, minus the PM hours for the month, minus the downtime hours for the month, by the total hours in that month, minus the PM hours in that month. Specific response times must be met to satisfy RM objectives. Maintenance personnel shall arrive at the designated maintenance location within 2 business hours from the time the Contractor was contacted (response time). If maintenance personnel fail to arrive at the designated response time, the Contractor shall grant the Government a response time credit for each 15 minute increment in excess of the specified response time. The credit shall be calculated in 15 minute intervals, and the credit to the Government shall be figured using the closest 15 minute increment. The response time credit shall equate to 5% of the total monthly maintenance charge per 15 minute increment. The total response time credit shall not exceed 50% of the total nonthly maintenance charge. The Contractor shall demonstrate maximum flexibility to manage program schedule, performance risk, warranties, contracts, subcontractors, and data related to the ADWS/CFEP. The Contractor shall be responsible for overall ADWS.CFEP performance and will define and maintain appropriate subcontract and associate contract relationships to support all necessary requirements and interfaces to ensure maximum benefit from the Contractor's organizational structure and practices. The Contractor shall plan to comply with National, State, and Air Force regulations on environmental, safety security, and health issues. The standard industry classsification (SIC) code is 7378 and the small business size standard is $18M. The Specific Agency Delegation of Procurement Authority for this acquisition is KAA-95-AD001. Award of a firm-fixed price contract is contemplated. The Government's obligation under this solicitation is contingent upon Congress enacting FY-97 appropriations. Proposals received shall specify FOB Destination. Offers other than FOB Destination shall be ineligible for award. The contract base year is from 1 Oct 96-30 Sep 97. The contract line item number (CLIN) and item, quantity and unit of measure for the base year are: CLIN 0001 HARDWARE MAINTENANCE-SERVICES NON-PERSONAL: The Contractor shall provide all personnel, equipment, tools, travel and other services required to perform remedial maintenance (RM) and scheduled preventive maintenance (PM) for the ADWS/CFEP facilities 24 hours per day/seven days a week. The following Sub-CLINS are part of the base year contract period: SubCLIN 0001AA, Tinker AFB OK hardware maintenance, 12 months; SubCLIN 0001AB, Hickam AFB HI hardware maintenance, 12 months; SubCLIN 0001AC RAF Croughton UK, 12 months; SubCLIN 0001AD, Offutt AFB NE, 12 months. Option year 1 is from 1 Oct 98-30 Sep 98. The contract line item number (CLIN) and item, quantity and unit of measure for option year 1 are: CLIN 0002 HARDWARE MAINTENANCE-SERVICES NON-PERSONAL: The Contractor shall provide all personnel, equipment, tools, travel and other services required to perform remedial maintenance (RM) and scheduled preventive maintenance (PM) for the ADWS/CFEP facilities 24 hours per day/seven days a week. The following Sub-CLINS are part of the option year 1 contract period: SubCLIN 0002AA, Tinker AFB OK hardware maintenance, 12 monthe; SubCLIN 0002AB, Hickam AFB HI hardware maintenance, 12 monyhs; SubCLIN 0002AC RAF Croughton UK, 12 months; SubCLIN 0002AD, Offutt AFB NE, 12 months. Option year 2 is from 1 Oct 98-30 Sep 99. The contract line item number (CLIN) and item, quantity and unit of measure for option year 2 are: CLIN 0003 HARDWARE MAINTENANCE-SERVICES NON-PERSONAL: The Contractor shall provide all personnel, equipment, tools, travel and other services required to perform remedial maintenance (RM) and scheduled preventive maintenance (PM) for the ADWS/CFEP facilities 24 hours per day/seven days a week. The following Sub-CLINS are part of option year 2 contract period: SubCLIN 0003AA, Tinker AFB OK hardware maintenance, 12 months; SubCLIN 0003AB, Hickam AFB HI hardware maintenance, 12 months; SubCLIN 0003AC RAF Croughton UK, 12 months; SubCLIN 0003AD, Offutt AFB NE, 12 months. Option year 3 is from 1 Oct 99-30 Sep 00. The contract line item number (CLIN) and item, quantity and unit of measure for option year 3 are: CLIN 0004 HARDWARE MAINTENANCE-SERVICES NON-PERSONAL: The Contractor shall provide all personnel, equipment, tools, travel and other services required to perform remedial maintenance (RM) and scheduled preventive maintenance (PM) for the ADWS/CFEP facilities 24 hours per day/seven days a week. The following Sub-CLIN are part of option year 3 contract period: SubCLIN 0004AA, Tinker AFB OK hardware maintenance, 12 months; SubCLIN 0004AB, Hickam AFB HI hardware maintenance, 12 months; SubCLIN 0004AC RAF Croughton UK, 12 months; SubCLIN 0004AD, Offutt AFB NE, 12 months. Option year 4 is from 1 Oct 00-30 Sep 01. The contract line item number (CLIN) and item, quantity and unit of measure for option year 4 are: CLIN 0005 HARDWARE MAINTENANCR-SERCICES NON-PERSONAL: The Contractor shall provide all personnel, equipment, tools, travel and other services required to perform remedial maintenance (RM) and scheduled preventive maintenance (PM) for the ADWS/CFEP facilities 24 hours per day/seven days a week. The following Sub-CLINS are part of the option year 4 contract period: SubCLIN 0005AA, Tinker AFB OK hardware maintenance, 12 months; SubCLIN 0005AB, Hickam AFB HI hardware maintenance, 12 months; SubCLIN 0005AC RAF Croughton UK, 12 months; SubCLIN 0005AD, Offutt AFB NE, 12 months. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following supplements the requirements of FAR 52.212-1. The Offeror shall submit a Management/Technical proposal of which the contents are as follows: The Offeror shall discuss their ability to perform the required tasks as outlined in the solicitation. The Offeror shall discuss their understanding of the requirements of the solicitation and their application to the management and technical aspects of this project. The Management Proposal shall provide a summary description of the management system and procedures to be used to schedule performance for the contract. If any major Subcontracting is offered, the Offeror shall demonstrate their ability to manage and control Subcontracts, and their rationale/methodology for allocating effort between the prime Contractor and proposed Subcontractors. The Offeror must also discuss their plan for maintaining a dialogue with the Subcontractors for the purpose of maintaining program control of the overall efort. The Offeror's management approach should consider any issues associated with flexibility and response to changing conditions inherent to satisfying the solicitation requirements. The Offeror shall provide a discussion relative to the efforts to be implemented in satisfying the quality assurance requirements for this effort which may include hardware/software inspection, maintenance performance reviews, documentation analysis, etc. the Offeror shall discuss their approach for implementing quality assurance and control efforts in satisfying the requirements of this project. General considerations as they relate to this acquisition such as proposed recruiting plans and relocation should be thoroughly discussed. The Offeror's proposal shall discuss the qualifications of proposed personnel, including Subcontractor, vendor and/or consultants and how they satisfy the solicitation requirements. The Offeror shall demonstrate how their proposed mix of management and technical personnel will satisfy these requirements. The following types of personnel should be considered in satisfying the management and technical aspects of this project. Maintenance Manager, Maintenance Technician, and Technical Support Personnel. Required security clearances for all assigned on-site maintenance personnel are Secret for the ADWS facilities and Top Secret for the CFEP facility. The Offeror shall provide a detailed discussion clearly demonstrating their rationale for assigning maintenance personnel to this project and their respective qualifications. The Technical Proposal shall describe the technical approach of the Offeror's intended solution to satisfy the solicitation requirements, the relationship of the Maintenance Manager, Service Technicians, and Technical Support Personnel for this effort, and a detailed discussion of their approach to satisfying the required maintenance services. The Offeror shall develop a Statement of Work for this requirement that shall clearly satisfy all of the objectives of the solicitation. The Offeror's Technical proposal shall show an understanding of the specific maintenance tasks to be performed and a sound approach to satisfying each task. The Offeror shall clearly demonstrate their understanding of the reporting requirements, the establishment of an answering services, and a maintenance tracking system by discussing their approach to satisfying these requirements. (0243)

Loren Data Corp. http://www.ld.com (SYN# 0036 19960903\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page