|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL
61604 J -- TELEPHONE MAINTENANCE, AMES, IOWA SOL 5114-7-3057 DUE 070797 POC
Lori J. Houghton, Contract Specialist, (309) 681-6616 The U.S.
Department of Agriculture, Agricultural Research Service, Midwest Area
has a requirement for Telephone Maintenance Services at the National
Animal Disease Center in Ames, Iowa for the period October 1, 1997
through September 30, 1998 with four (4) one-year option periods. 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 included in this notice. This announcement
constitutes the only solicitation; bids are being requested and a
written solicitation will not be issued. Solicitation No. 5114-7-3057
is being issued as n Invitation for Bids. This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-46. This solicitation is 100 %
Set-Aside for Small Businesses. The Standard Industrial Classification
is 7378 with a corresponding size standard of $18M. The statement of
work is as follows: The Contractor shall provide all labor, parts,
transportation and equipment necessary to provide maintenance on the
on-premise, Government-owned telephone system located at the National
Animal Disease Center, 2300 Dayton Avenue, Ames, IA. Maintenance shall
be on a preventive (scheduled) and remedial (routine and emergency
call-out) basis. Additional system installation services, as required,
for the term of the contract shall also be provided. Costs for these
additional services shall be charged separately at an hourly rate,
portal to portal, as indicated in Section B. Bid costs for the
maintenance services shall be at a fixed annual rate, including all
parts, labor, transportation, etc. The telephone system is a Rolm MCBX
(2 cabinet) (No. AY-389P-70292-PO-E). The switch has 561 equipped
ports consisting of: 504 single line: 16 direct trunk: 24 tie trunk; 16
Direct in Dial trunk; and 2 I/O ports. Additionally, in 1986 a system
upgrade was installed, the Rolm Series 8000 Processor, consisting of a
new CPU and memory module. The Contractor shall provide competent,
experienced and highly qualified personnel to provide the required
maintenance and additional system installation services for the
contract period. When a telephone is reported or found to be out of
order, it shall be restored to service within 24 hours after being
reported. The Contractor shall make all reasonable efforts to prevent
interruptions of service. When interruptions occur, the Contractor
shall reestablish service with the shortest possible delay. The
Contractor shall inform the Government as soon as possible of any
occurrence of an unusual nature which may result in prolonged or
serious interruption of service. The Contractor shall provide all parts
associated with maintenance and additional system installations. Spare
parts shall be immediately available either at the location of the
telephone switching service facility or the Contractor's location.
Remedial emergency service calls shall be deemed appropriate when
installation within more than five (5) telephones and/or three (3) or
more circuits are involved at any one time. The Contractor's personnel
shall arrive at the Government 24 hours on a routine service call. The
Contractor shall provide emergency service 24 hours per day, seven days
a week. The Contractor shall be responsible for all contact and
coordination with the telephone company concerning maintenance of
access lines, trunks, Dial Repeating Tielines (DRTL's),
Voice-Connecting Arrangement (VCA) problems, etc., and in ordering new
cable facilities for additional off-premise main station lines,
trunks, VCA's etc. However, the Contractor shall not order, install, or
place in service any type of equipment where there is an obligation of
charges to the Government, without prior written permission from the
Contracting Officer. The Government will notify the Contractor by phone
of the need for service, such as emergency or remedial maintenance as
well as additional services such as new main/extension station
installations, removals, rearrangements, augmentations to the telephone
switching service, facility, etc. For the additional services, the
Contractor shall have 5 days to begin the installation of additional
services. The Contractor shall adopt and pursue a maintenance program
to include periodic tests, inspections, and preventive maintenance
according to the recommended practices furnished by the original
equipment manufacturer. The Contractor shall maintain an accurate
written record of trouble reports made by the system users. This record
shall include appropriate identification of the user by station line
affected, the time, date, nature of the trouble and the date and time
of trouble clearance or other dispositions. Additionally, record cards,
tests and inspections, preventive maintenance schedule, equipment
failures and feature assignments per station. The Contractor shall
preserve and retain all records and reports for the term of the
contract and subsequent contract periods; they shall be made available
for the inspection and/or analysis to the Government at any time upon
request. Maintenance shall include keeping all station equipment,
ancillary equipment, and the telephone switching service facility in a
good state of repair, consistent with safe and adequate service
performance specifications as furnished by the manufacturer. Broken,
damaged or deteriorated parts shall be repaired or replaced. Adjustable
equipment shall be readjusted as necessary when found by preventive
routines or fault location tests to be in poor insulation, noise
induction, crosstalk, or poor transmission characteristics, shall be
corrected to the extent practical within the design capability of the
facility affected. Whenever the Contractor must interrupt service
during regular working hours for the purpose of working on the lines,
cable, or equipment, the work shall be done at a time which will cause
the least inconvenience to the users. Anyone who would be seriously
affected by such interruptions shall, so far as possible, be notified
in advance. Bid Schedule: Base Year, October 1, 1997—September
30, 1998, CLIN 0001 Telephone Maintenance, 12 months; Option Year I,
October 1, 1998 -- September 30, 1999, CLIN 0001 Telephone Maintenance,
12 months; Option Year II, October 1, 1999 -- September 30, 2000, CLIN
0001 Telephone Maintenance, 12 months; Option Year III, October 1,
2000 -- September 30, 2001, CLIN 0001 Telephone Maintenance, 12 months;
Option Year IV, October 1, 2001 -- September 30, 2002, CLIN 0001
Telephone Maintenance, 12 months. FAR 52.212-1, Instructions to
Offerors -- Commercial, FAR 52.212-3 Offeror Representations and
Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and
Conditions -- Commercial Items, and FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items apply to this acquisition. The Service Contract Act of
1965 applies to this solicitation and resultant contract. U.S. Dept. Of
Labor Wage Determination No. 94-2205 (Revision 6) is incorporated. The
wage determination includes Classifications 23930 Telecommunications
Mechanic I -- $15.59 hourly wage; and 23931 Telecommunications Mechanic
II -- $16.14 hourly wage; Health and Welfare, $1.16 per hour, or $46.40
per week or $201.07 per month. Bids will be evaluated on price and
price related factors. Bids must include a 45 calendar day acceptance
period. Bids are to be received at the USDA-ARS-MWA (Contracting
Office), 1815 North University Street, Peoria, IL 61604 by 2:00 pm July
7, 1997. The POC for this acquisition is Lori Houghton, (309) 681-6616.
(0164) Loren Data Corp. http://www.ld.com (SYN# 0032 19970617\J-0006.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|