|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1997 PSA#1987Federal Emergency Management Agency, Mt. Weather Emergency Assistance
Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135 D -- MAINTENANCE AND SUPPORT OF NETFRAME SERVERS, LOCATED AT FEMA
DENTON, TX, BLUEMONT, VA, HYATTSVILLE, MD AND WASHINGTON, DC. SOL
EMV-1998-RQ-0004 POC Maria L. Martin, contract specialist, 540-542-2300
E-MAIL: EMV-1998-RQ-0004, maria.martin@fema.gov. This is a combined
synopsis/solicitation for maintenance and support of government-owned
NetFrame Servers 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; quotes are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the Simplified Acquisition
Procedures (SAP) Part 13.6. The solicitation number is
EMV-1998-RQ-0004. The solicitation is issued as a Request for Quotes
(RFQ). The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-01.
This procurement is a small business set-aside. The SIC Code applicable
to this IFB is 7378. The small business size standard is $18 Million
Dollars. STATEMENT OF WORK: The Federal Emergency Management Agency
(FEMA) is required to provide maintenance and support for eighteen
large scale NetFrame Network Servers. These Servers provide network
services to the FEMA fixed facilities, which support disaster
operations, they include the National Processing Service Centers,
National Teleregistration Centers, and FEMA Headquarters. The NetFrame
Servers are located at four different sites. Sites include Bluemont,
Virginia, Denton, Texas, Washington, DC, and Hyattsville, Maryland.
Contractor shall provide all NetFrame maintenance and support,
inclusive of parts, on a twenty-four (24) hours per day, seven (7) days
a week response time at a fixed monthly rate. TECHNICAL SUPPORT: The
Contractor shall provide an extended warranty on all parts contained in
the NetFrame servers and tape backup systems without any additional
repair fees for FEMA's installed base of NetFrame and tape backup
equipment. A site license for FEMA's Mt. Weather Emergency Assistance
Center, 19844 Blue Ridge Mountain Road, Bluemont, Virginia 20134 for
unlimited telephone technical support on a twenty-four hours per day,
seven (7) days per week basis is required. All FEMA's telephone
inquiries will originate from the Mt. Weather Emergency Assistance
Center facility. The Government estimates a not-to-exceed amount of 60
hours of on-call service will be required throughout the life of the
contract. This estimated quantity is being used for evaluation purposes
only and does not constitute guarantees on the amount of on-call
service required. Cost estimates should be based on one day's travel to
each location. Contractor personnel shall arrive at the designated
location within 24-hours after notification by the Government that
service is required. Charges for this on-call service shall be at the
hourly rate established for the performance period. Only one person
shall respond to a request for service unless it is mutually agreed
that more than one (1) person is required. Travel expenses shall be in
accordance with Federal Travel regulations. The Contractor shall
provide a Parts Depot with a four-hour response time to dispatch
hardware parts (i.e., Dulles Airport, Dallas/Ft. Worth, etc.).Equipment
to be supported at: (1) FEMA, MT. Weather Emergency Assistance Center,
19844 Blue Ridge Mountain Road, Bluemont, VA 20134: 1 -- 8590 (S/N
K00970); 1 -- 450 (S/N E00909); 1 -- 450 (S/N E00498); 1- 450 (S/N
E00847); 1 -- 250 (S/N F00120); 1 -- 250 (S/N F00129) (Total 6). (2)
National Processing Service Center, 1104 Dallas Drive, Suite 200,
Denton, TX 76205 -- 1 (S/N K00971); 1 -- 450 (S/N K01394)(Total 2). (3)
National Teleregistration Center, 1104 Dallas Drive, Suite 200 Denton,
TX 76201: 1 -- 8590 (S/N K00967); 1 -- 450 (S/N E00586)(Total 2). (4)
National Processing Service Center, 6505 Belcrest Rd., Hyattsville, MD
20782: 1 -- 8590 (S/N K01411), 1 -- 8590 (S/N K01412)(Total 2). (5)
FEMA, Headquarters, 500 C Street S.W., Washington, DC 20472: 1 -- 8590
(S/N K01389), 1 -- 8590 (S/N K01388), 1 -- 8590 (S/N K01373), 1 -- 450
(S/N K00324), 1 -- 450 (S/N K00844), 1 -- 450 (S/N E00503) (Total 6).
Total equipment at all locations: 18. Additional equipmentand locations
may be added upon mutual agreement between FEMA and contractor. The
contractor shall use only new original equipment manufacturers parts.
EVALUATION INFORMATION: The Government will award a contract resulting
from this solicitation to the responsible offeror whose quote
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. Contractor must meet
all the requirements detailed within this solicitation. Price is of
greater importance when compared to technical. It is anticipated that
a firm-fixed price contract will be awarded for a twelve-month period.
The Government will evaluate quotations for award purposes by adding
the total price for all items for the twelve-month period. Proposal
Preparation Instructions: The provision at 52.212-1, Instructions to
Offerors -- Commercial, applies to this acquisition. Offerors shall
provide a firm fixed-price for Item 001 Parts Depot for a 12 month
period; Item 002 hardware maintenance for a 12 monthperiod and Item 003
On-Call hourly rate for an estimated not-to-exceed 60 hours plus travel
cost in accordance with Federal Travel Regulations. Only one award will
result from this solicitation. Quotes must include price for all items.
Offerors will be evaluated on his/her performance under existing and
prior contracts for similar services. Performance information will be
used for responsibility determinations. The government will focus on
information that demonstrates quality of performance relative to the
size and complexity of the procurement under consideration. Successful
contractor must meet all the responsibility requirements of Subpart
9.1 of the Federal Acquisition Regulation (FAR). A written notice of
award or acceptance of quote, mailed or otherwise furnished to the
successful offeror, shall result in a binding contract without further
action by either party. Offerors are to include a completed copy of
the provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with itsresponse. The following
clauses also apply: 52.212.1 Instructions to Offerors -- Commercial
Items, 52.212-2 Evaluation -- Commercial Items; 52.212-4, Contract
Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items; 52.222-26 Equal Opportunity (E.O. 11246);
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); 52.225-3, Buy American Act --
Supplies (41 U.S.C. 10). The due date for submission of quotes is
December 23, 1997 at 4:30 p.m., local time, to FEMA, Mt. Weather
Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont,
VA 20135; Attn: Mar a L. Martin -- Bldg. 413. All requests for
information are to be addressed to Mar a L. Martin, Contract Specialist
(540) 542-2300. Technical and/or administrative questions must be
received no later than five business days after publication of this
notice and may be faxed to (540) 542-2631 or 2632 or mailed to the
address for submission of proposals shown above. Offerors are
responsible to comply with this notice and any amendments thereto.
Publish amendments to the RFQ will be in the same manner as the initial
synopsis/solicitation. This procurement is subject to the availability
of funds. (0338) Loren Data Corp. http://www.ld.com (SYN# 0027 19971208\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|