Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721

Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200

J -- MAINTENANCE ON AMDAHL, 5890-600E MAINFRAME WITH 256 MB MAIN STORAGE, 48 CHANNELS, MDF, 40KVA PILLAR MOTOR GENERATORS AND ONE PARALLEL UNIT WHICH IS A PARALLEL BUS DISTRIBUTION UNIT (POWER CABINET) Sol. DASW01-97-R-0017. Contact Point, Mrs. Marilyn A. Barrett, (703) 697-3418, Contract Specialist; Contracting Officer, Major Marilyn A. Ray, (703) 693-5016. The Defense Supply Service-Washington, on behalf of the Total U.S. Army Personnel Command (PERSCOM) Personnel Enterprise System Automation (PES-A) Office, is issuing a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are being requested, a written solicitation will not be issued. This solicitation Number DASW01-97-R-0017 is issued as a Request for Proposal (RFP). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32, 01 Oct 95. The Standard Industrial Classification Code (SIC) is 7378. The Government's requirement is for hardware maintenance and repair services (preventative and remedial) on the following equipment: One (1) AMDAHL 5890-600E Mainframe, Serial Number: 511017 with 256 MB Main Storage, 48 channels and MDF, Three (3) 40KVA Pillar Motor Generators, Serial Numbers 1406-443, 1406-444 and 1406-371. and one (1) Parallel Unit (no serial number) which is a Parallel Bus Distribution Unit (Power Cabinet). Contractor provided maintenance is to be for the period of one year from the effective date at contract award and should be provided in conformity with the Statement of Work and be priced monthly for twelve months by Contract Line Item Number. Contractor provided maintenance and repair services are to include all parts, labor, material and travel required to maintain the system availability level at ninety-eight percent (98%). Contractor shall provide maintenance and repair services for the listed AMDAHL FIP Mainframe Central Processing Unit (to include a Parallel Unit) in support of PERSCOM. The PERSCOM data processing installation provides worldwide data processing services for the KEYSTONE Recruitment/Training System. Due to the worldwide processing requirement, the AMDAHL 5890-600E mainframe must be available at all times in support of the KEYSTONE processing services. The mainframe is presently under another contract for maintenance which is scheduled to expire in February 1997. Maintenance and repair services resulting from an award on this solicitation are to be effective on or before 1 March 1997. Contractor receiving award resulting from this solicitation shall provide all hardware maintenance and repair services (preventative and remedial) for all the PERSCOM FIP hardware identified. Contractor provided maintenance and repair services are required on a twenty four (24) hour per day, seven (7) day per week basis including all holidays and/or government administrative days 365/366 days per year. All contractor provided maintenance and repair services shall be provided with a (2) two hour response and all equipment will be required to be maintained so that system availability is always maintained at 98%. Contractor provided maintenance and repair services are all to be performed at PERSCOM, Hoffman Building II, 200 Stovall Street, Alexandria, VA 22332. All maintenance and repair services shall be considered acceptable to the Government only after the defective system and/or sub-system has been returned to operational status. Government acceptance, for payment of monies due under subsequent contract award, will be made by the Contracting Officer Representative (COR). The COR will be provided with input from the data processing shift supervisor(s) and/or other Government designated representative(s) for purposes of Government acceptance. Contractor shall provide an invoice on or about the fifth (5th) work day of each month following the month in which services were provided. Contractor shall provide an invoice on or about the fifth (5th) work day of each month following the month in which services were provided. Contractor shall provide with all invoices copies of all service reports on which remedial and/or preventative maintenance was performed during the previous month. The contractor is required to have the appropriate shift supervisor(s) sign any and all service reports. All maintenance personnel/field engineers performing any and all maintenance, either preventative and/or remedial are required to sign into the building and will be escorted at all times while on the premises. Offerors responding to this solicitation are required to submit a complete response addressing all maintenance and repair requirements identified above and to provide pricing, by CLIN with a final total for all CLIN(s) for twelve (12) months. Failure to provide a complete response for all requirements shall render that proposal unacceptable. Contract Line Item Number (CLIN) 0001; One (1) EA--AMDAHL 8590-600E Mainframe, Serial Number: 511017 with 256 MB Main Storage and 48 Channels, MDF; CLIN 0002: Three (3) EA--40KVA Pillar Motor Generators, Serial Numbers: 1406-443, 1406-444 and 1406-371 (please show a price for each generator and then the monthly total for this CLIN); CLIN 0003, One (1) EA--Parallel Unit, No Serial Number (this is a Parallel Bus Distribution Unit Power Cabinet). The FAR provisions at 52.212-1, Instruction to Offerors--Commercial Items apply to this RFP. Since offer is not submitted on the SF 1449 offeror should include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Failure to furnish required representations or information, or rejection of the terms and conditions of the solicitation may result in exclusion from consideration. FAR 52.212-2, Evaluation-Commercial Items will be used. Evaluations will be conducted to validate that all stated requirements are met by the offeror in their proposal. Contract award will be made to that offeror who proposes the lowest overall price and is found to be technically acceptable. Contractors are required to furnish a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR 52.212-4, Contract Terms and Conditions-Commercial, and any addenda to this clause, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.215-16 Alternate II (October 1995 and FAR 52.233-34 apply to this RFP. Oral proposals are unacceptable. WRITTEN PROPOSALS ARE DUE at 11:00 HRS, local time (Washington, DC), on Tuesday 26 November 1996 at Defense Supply Service-Washington, 5200 Army Pentagon, Washington, DC 20310-5200, Attn: Mrs. Marilyn A. Barrett, (703) 697-3418. Anyone handcarrying a proposal should arrive at either the Pentagon South Parking Entrance Corridor Number Three, or the Pentagon Concourse/Metro Entrance by 10:30 AM, Local Time in order to telephone the identified point of contact for pick-up of proposal. NO FAXED PROPOSALS WILL BE ACCEPTED. (312)

Loren Data Corp. http://www.ld.com (SYN# 0049 19961113\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page