Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

Room 6875, JEH-FBI Bldg., 10th & Pennsylvania Ave., NW, Washington DC 20535

D -- AUTOMATED FINGERPRINT IDENTIFICATION SYSTEM (AFIS) SOL RFP-7046 POC Karen M King, Contract Specialist, 202 324-2666. (f) remedial maintenance required within a 48-hours period due to a recurrence of the same malfunction. PREVENTIVE MAINTENANCE REQUIREMENTS - Shall be performed during the Government's PPM and extension therof or periods continguous thereor The contractor shall specify in writting the frequency and duration of the preventitve maintenance, and shall furnish a report at the time work is completed. (See Malfunction Reports for format to be used). REMEDIAL MAINTENANCE REQUIREMENTS - Shall be performed after notification that equipment and/or operating software is inoperative. The Contractor shall provide the Governement with a designated point of contact and make arrangements to enable its maintenance representative to receive such notification or provide an answering service or other continuous telephone coverage. All parts and labor, furnished either as spares or as repair parts, must be unconditionally guaranteed by the Contractor for a minimum of 90 days. MALFUNCTION REPORTS - Signed malfunction incident reports shall include (a) date & time notified (b) date & time of arrival (c) type & serial #s of machines, (d) chargeable time spent for repair, (e) description of malfunction, (f) descreiption of parts replaced, (g) statement that parts removed are not electronic storage or memory devices, (h) description of work performed if no parts were replaced, (i) comments on cause of malfunction, (j) date & time equipment was returned to successful operation (k) location of equipment, (l) inventory update report. FULL FIELD BACKGROUND/ FBNI TOP SECRET CLEARANCE - A full field background investigation or FBI/DOJ Top Secret Clearance is required for contract personnel who will have access to NSI, have access to equipment that will be used to process NSI, need access to secure areas in FBI facilities, and/or perform services in the FBI facilities on a continuing basis. The contractor must supply the FBI witht he names of those employees selected to perform work; an executed Questionaire for Seneitive Positions (SF-86) and two Fingerprint cards (FD-258) for each employee. The Contractor must provide personnel from this list to perform. Shipping is FOB-DESTINATION to FBI HQ, Washington, DC. The following FAR clauses/provisions are applicable to this aquisition: (a) 52.212-1 Instruction to Offerors - Commercial; (b) 52.212-3 Offeror Representations and Certifications - Commercial Items, and offeror is hereby advised to include a sompleted copy of this provision with the offer; (c) 52.212-4 Contract Terms and Conditions -Commercial Items; (d) 52.212-5 Contract Terms and Conditions required to Implement Statuses or Executive Orders - Commercial Items; (e) 52.217-5 Evaluation of Options; and (f) 52.217-9, Option to Extend the Term of the Contract. Additional Clauses cited are applicable to this aquisition; 52.203-6, Restriction on Subcontractor Sales to the Government, with Alt. 1; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged business Concerns; 52.222-26 Equal Opportunity (E.O. 11246); 52.225-3 Buy American Act - Supplies; 52.225-9 Buy American Act - Trade Agreements North American Free Trade Agreeements Implemtation Act; and 201-3.5202-3, Procurement Authority (FIRMR) (Regulatory Blanket Delegation). Interested persons may identify their interest and capability to respond to this requirement or submit proposals. Interested persons responding to this requirement must bid sll or none and provide a request for competitive proposals. However, all proposals received after fifteen (15) days after date of solicitation of this synopsis will not be considered by the Government. Determination by the Government not to compete these proposed contract based upon requests to this notice is solely within the discretion of the Government. Information recived will normally be considered solely for the purpose of determing whether to conduct a competitive procurement. Telephone inquiries will not be accepted. (0268)

Loren Data Corp. http://www.ld.com (SYN# 0029 19960925\D-0003.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page