|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1999 PSA#2405FISC Norfolk Det. Phila., 700 Robbins Ave., Bldg 2B Phila. PA. 19111-
5083 J -- MAINTENANCE/REPAIR OF JOHNSON CONTROLS METASYS ENERGY MANAGEMENT
SYSTEM SOL N00140-99-Q-4822 DUE 081299 POC Point of Contact R. Meyer,
Contract Specialist, (215)697-9694, K. Sweetra, Contracting Officer,
(215)697-9690 E-MAIL: Click here to contact the Bid Officer,
synopsis@phil.fisc.navy.mil. 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; a
written solicitation will not be issued. FISC Norfolk Det. Phila
intends to acquire Maintenance/Repair services for the Johnson Controls
Metasys Energy Management System, located at Elmendorf AFB, AK, on a
sole source basis from Johnson Controls, Inc., 4212 Spenard Rd.,
Anchorage, AK, under the authority of FAR 6.302-1, Only one responsible
Source. Requirement will be solicited as a commercial items acquisition
IAW FAR part 12, using the special simplified acquisition procedures as
set forth in FAR, part 13.5. The RFQ number is N00140-99-Q-4822. The
solicitation document and incorporated provisions and clauses are those
in effect through FAC 97-11. Period of performance -- Base year plus 4
one year options beginning 01 October 1999. Clin 0001 -- Base Year,01
October 1999 through 30 September 2000, Maintenance Services in
support of the Metasys System IAW Scope of Work, quantity -- 12 Months;
Clin 0002 -- Option I, 01 October 2000 through 30 September 2001,
Maintenance Services in support of the Metasys System IAW Scope of
Work, quantity -- 12 Months; Clin 0003 -- Option II, 01 October 2001
through 30 September 2002, Maintenance Services in support of the
Metasys System IAW Scope of Work, quantity -- 12 Months; Clin 0004 --
Option III, 01 October 2002 through 30 September 2003, Maintenance
Services in support of the Metasys System IAW Scope of Work, quantity
-- 12 Months; Clin 0005 -- Option IV, 01 October 2003 through 30
September 2004, Maintenance Services in support of the Metasys System
IAW Scope of Work, quantity -- 12 Months; Scope: A.1 General Provisions
-- A.1.1 Background. The new Elmendorf AFB (EAFB) Composite Medical
Facility (CMF) has 95 inpatient beds with operational floor space
exceeding 433,000 square feet. A.1.2 The scope of work describes the
activities and related responsibilities to meet the service
requirements. The Contractor will not deviate from the criteria as
stated in this document without prior government approval. A.2 Scope of
Work -- A.2.1 Contractor's personnel shall monitor and operate the EMCS
system located in LE103 on a 24hour/7 day a week schedule, with
personnel on site Monday through Friday from 0600 through 2200 and
on-call service at all other times. A.2.2 EMCS operator shall notify
the government's facility maintenance contract manager or designated
representative, at the time of occurrence, of any out-of-limits
conditions if the operator is not able to correct the condition from
the EMCS control panel within the following timeline: A.2.2.1 Critical
life-support systems, including but not limited to medical equipment,
heating ventilation and air conditioning, and electrical power
generation in sterile or isolated environments shall require
notification within 15 minutes. A.2.2.2 All other areas and systems
require notification within 30 minutes. A.2.3 The government's facility
maintenance contractor will be the initial on site responder for
out-of-limits conditions that can not be corrected from the control
panel in LE103. A.2.3.1 This does not preclude the EMCS operator from
accompanying the government's facility maintenance contractor, but only
to establish primary responsibility for repairs with the facility
maintenance contractor. A.2.3.2 Should the government's facility
maintenance contractor be unable to correct an out-of- limits
condition, the EMCS operator will respond to perform troubleshooting,
emergency or unscheduled maintenance of field devices. A.2.4 In the
event the EMCS operator is out of room LE103 responding to an
out-of-limits condition in the facility, remote monitoring via modem
and pager may be used. A.2.5 Regardless of resolution EMCS operator
will generate a work order, to be routed through the government QAE,
for each out-of-limits condition for submission to the government's
facility maintenance contractor for completion of work as a matter of
record at the end of each shift. A.3 Miscellaneous Provisions A.3.1
EMCS operator will perform preventive maintenance in accordance with
the Johnson Controls Maintenance Manual, for the EMCS as required for
warranty and to ensure proper operation of the system. A.3.2 EMCS
operator will perform daily electronic data backups as generated by the
EMCS, maintaining one copy in room LE103 and one copy with the
government's facility manager. The following FAR clauses/provisions are
applicable: Include a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items, with
the quote. Also applicable: 52.212-1, Instructions to Offerors --
Commercial, 52.212-4, Contract Terms and Conditions -- Commercial Items
including these additional FAR Clauses (b)(7)(8)(9) (10), and 52.212-5,
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders -- Commercial Items, 52.222- 48 Exemption for
Application of Service Contract Act Provisions for Contracts for
Maintenance, Calibration, and/or Repair of Certain Information
Technology, Scientific and Medical and/or Office and Business
Equipment- Contractor Certification. The following DFARS provisions and
contract clauses apply to this solicitation and are incorporated by
reference: 252.212-7000, Offeror Representations and
Certifications-Commercial Items, include a completed copy of this
provision with its offer; 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items; 252.204-7004, Required
Central Contractor Registration. Quotations should be received at FISC
Norfolk Detachment Philadelphia, 700 Robbins Avenue, Building 2B,
Philadelphia, PA 19111-5083, Attn: BID ROOM, Code 02P52I -- BID OFFICER
no later than 4:00 PM (local time, Phila., PA) on 12 August 1999 and
should reference solicitation N00140-99-Q-4822. Interested persons may
identify their interest and capability to respond to the requirement
or to submit proposals. This notice of intent is not a request for
competitive proposals. A determination by the Government not to open
the requirement to competition based upon responses to this notice is
solely within the discretion of the Government. Information received as
a result of this notice of intent will normally be considered solely
for the purposes of determining whether to conduct a competitive
procurement. All responsible sources may submit a proposal which shall
be considered by FISC Norfolk Det. Phila. The Government will not pay
for information received. Posted 08/05/99 (D-SN363921). (0217) Loren Data Corp. http://www.ld.com (SYN# 0062 19990809\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|