Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1997 PSA#1987

Federal 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