Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10,1996 PSA#1698

Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon Road Bldg 1585, Kelly Afb, Texas 78241-5318

J -- AUTOMATED COMPUTER PROGRAM (ACPINS) SOL F41650-96-T-Q687 DUE 102896 POC For copy, Harper, M./pkos/(210)925-6058, For additional information contact Harper, M./pkos/(210)925-6058 This is a Combined Synopsis Solicitation for commercial items. This announcement constitutes the solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote. Request for quotation - for Solicitation Number: F41650-96-T-Q687. Solicitation Document and Incorporated Provisions and clauses are those in effect through Federal Acquisition Circular 90-32 DTD Oct 1995. SIC CODE: 7378, DO RATING: C9E. Offerors are requested to submit with their offer, in support of their price, catalogs or price lists, and any other recurring or non-recurring direct cost that will significantly affect their price. FOB POINT: Destination, SHIP TO: Kelly AFB, Tx, DISCOUNT TERMS: N30. The following clauses/provisions to be included in subject solicitation and any award made thereoff: FAR 52.212-1 Instruction to Offerors - Commercial Items (OCT 1995) FAR 52.212-2 Evaluation - Commercial Items (OCT 1995) FAR 52.212-3 Offeror Representations and Certifications Commercial Items - (OCT 1995) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 1995) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 1995) Additional FAR clauses/contract requirement(s) and conditions, as determined by the Contracting Officer to be necessary with customary commercial practices may be added to any award. Award may be made without any discussions. MAIL QUOTES TO: SA-ALC/PKOS ATTENTION: MARY HARPER, 1288 Growdon Rd, Bldg 1598, Kelly AFB TX 78241-5318, Phone: 210-925-4632, FAX 210-925-8990 or 210-925-6065. FAX Quotes are Authorized. Non-Personal Service: Recurring services for hardware and software maintenance of automated computer program identification number system (ACPINS) for the period of one (1) year each. J070. Statement of Work: Automated Computer Program Identification Number System (ACPINS). 1.1 Scope: The contractor shall provide system support for all hardware and software on the Automated Computer Program Identification Number System (ACPINS) located in building 178, and specified in the equipment list. The contractor shall provide personnel, equipment, tools, parts, materials, supervision, and all other items, services and repair necessary for successful operation of the system. 1.2 Software/Hardware to be Maintained: The hardware and software on the ACPINS System located in bldg 178, Ste 149, KAFB, TX 78241-5944. 1.3 Standard Software/Hardware Maintenance Service: 1.3.1. Remedial Maintenance: The contractor shall provide remedial maintenance after notification that the system is inoperative and shall continue until the problem is resolved. 1.3.2. Preventive Maintenance (PM): The contractor and Site Manager (SM) shall coordinate the preventive maintenance schedules. The frequency, duration, and quality shall be equal to that specified by the Original Equipment Manufacturer (OEM.) 1.3.3. Principal Period of Maintenance: (PPM): Provide supprt from 0730-1615 hrs (includes 45 minute lunch period), Maonday through Friday, as required. Provide repair service no later than 1200 hours if the request for service was received prior to 0900 hours and no later than the beginning of the next regular workday if the request for service was received after 1200 hours. Downtime shall not exceed two workdays (see paragraph 1.3.7. for Replacement Strategy.) Downtime will begin when the government contractor's point of contact receives notification from the SM, including answering service, and will end when the system is restored to full operational status. 1.3.4. Point of Contact: The contractor shall provide the government with a phone number for service calls. Recording devices are acceptable if the SM is notified within two hours that the service call was received. The SM has the responsibility to provide the point of contact with as much information as possible. 1.4. Responsibility of the Government: 1.4.1. Site Manager (SM): The SM or designated alternate will initiate service calls. 1.4.3. Validation of System Operation: The SM or designated alternate will perform acceptance of equipment after repairs. 1.5. Special Consideration: 1.5.1. Deletions From Current Schedule: Deletions of equipment from the current schedule will entail a downward adjustment of the per month charges for the equipment and will be formalized by the Administrative Contract Officer (ACO) with issuance of a modification to the contract. 1.5.2. Maintenance Cost of Addition: When the government requests that equipment be upgraded or added to the system, the contractor shall provide the ACO with an estimate of the maintenance costs of add-on items. Prior to maintenance of these items the ACO will issue a formal modification to the contract once prices have been negotiated. 1.5.3. Government Alteration: Should the government cause modifications to be made, or add accessories, devices, equipment or upgrades not covered by this schedule; maintenance service for the added items will be initiated by the ACO. The government retains the right to update portions of the system to improve efficiency of operations or to interface new equpment with the system. 1.6. Credits: 1.6.1. Response Time. In the event that the contractor fails to respond in accordance with the response time specified in paragraph 1.3.3., the contractor shall grant a credit to the government for each hour in excess of the response time. The credit shall be 1/176 of the monthly maintenance charge. 1.6.2. Equipment Malfunction Credit: If the system remains inoperative due to the malfunction through no fault or negligence of the government, and due to no fault external to the equipment, not withstanding the replacement strategy; the equpment malfunction credit will begin accruing after the time specified in paragraph 1.3.3. The contractor shall grant credit to the government for each hour in the amount of 1/176 of the monthly maintenance. When maintenance credit is due, the total number of creditable hours shall be accumulated for the month. 1.3.5. Telephone Response: The contractor shall call the government SM to determine the nature of the problem after receiving a service call. Telephone response time shall not exceed two PPM hours. 1.3.6. Liabilities or Faulty Maintenance: The contractor shall repair at no expense to the government any equipment, firmware, and software that the contractor damages during maintenance procedures. In addition, the contractor is responsible for any bodily harm to anyone that was caused by contractor neglect or improper maintenance. The contractor shall restore at no expense to the government, any data lost from the system during execution of maintenance procedures. 1.3.7. Replacement Strategy: The contractor has four hours within the PPM to repair the system after the field engineer arrives on site. After the four hours of on-site trouble shooting and repair effort have been expended in response to a service call, the contractor shall advise the SM of the repair or replacement strategy. If a replacement unit is required, it shall be supplied at no additional charge to the government. The replacement strategy shall include escalation or replacement plans for specific equipment containing the malfunctioning elements. The system downtime shall not exceed time specified in paragraph 1.3.3. After the maximum time has elapsed, the government may exercise available remedies at the contractor's expense. 1.3.8. Quality of Maintenance: In making repairs, the contractor shall use only new OEM parts or refurbished OEM parts. In no case shall the contractor use any replacement parts in repairing equipment which would result in the OEM manufacturer refusing to support the equipment. 1.3.9. Off-Site Repair of Equipment: Equipment that cannot be repaired on-site shall be temporarily exchanged by the contractor. The contractor-owned equipment shall be of the same make and model as government-owned equipment it replaces. At the time of exchange, the government will issue a hand receipt to the contractor. The contractor has 30 days to repair government and replace in the original location. If the equpment cannot be repaired, the contractor shall provide and install new or refurbished equipment at no cost to the government. 1.3.10. System Software Support: Contractor shall provide and install revisions, updates, and patches to the system as they become available. Information regarding program change orders, programming notes, software and announcements shall also be provided by the contractor. The approximate issue/response date will be 08 Oct 96. The anticipated award date will be 04 Nov 96. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22 & 26. (0282)

Loren Data Corp. http://www.ld.com (SYN# 0025 19961009\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page