Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,2000 PSA#2564

General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612

D -- ALBERCORP BDS BATTERY MONITORING SYSTEMS INSTALLATION SOL 9TER-00-PAM-0060 DUE 033100 POC Paul Martin, Contract Specialist, Phone (510) 637-3884, Fax (510) 637-3869, Email paul.martin@gsa.gov -- Paul Martin, Contract Specialist, Phone (510) 637-3884, Fax (510) 637-3869, Email paul.martin@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=9TER-00-PAM-0 060&LocID=52. E-MAIL: Paul Martin, paul.martin@gsa.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice and following the simplified acquisition procedures in FAR part 13.5. This announcement constitutes the only solicitation. This solicitation is being issued as a request for quotations (RFQ) for the client AFSPC PETERSON AFB CO. Work will be performed at Minot, F.E. Warren, Peterson, Vandenberg, Onizuka, Kaena Point, Guam, Cape Cod, Malmstrom, New Boston, Eglin, Beale, Schriever (formerly Falcon), and Buckley Air Force Bases as emergencies occur. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-15. This time and material procurement is for the following: provide installation and emergency repair services for the Albercorp BDS Battery Monitoring Systems, installed at various sites within SpaceCommand. The contractor shall provide an annual BDS Power Maintenance (PM). The PM will consist of a total system visual and physical inspection of all Monitor Hardware; including fiber optics, all sense leads, load test cables, AC power connections, load test modules, data collection modules (DCM_s), current transducers, BDS Interface Module, communication links and the BDS system PC. The contractor shall furnish services/corrective action to restore equipment to full operability/functionality utilizing technical expertise for labor, and provide reimbursable travel and spare parts as required. The contractor shall provide to the site representative the name of the personnel who will perform maintenance services and estimated time of arrival at the site to the site manager/POC. Site personnel will escort the technician(s) while at the site. A toll-free, customer service telephone number is required to allow users to notify contractor customer service personnel of system or component failures and emergency service related concerns. Telephonic technical assistance is to be utilized prior to dispatching a technical service representative to the site. The contractor shall perform on-site emergency maintenance to repair inoperative or nonfunctioning SUPS/SUPS systems and batteries to rectify any emergency situation. On-site maintenance shall be performed no later than 24 hours after initial notification by the user. Restoration of operability or functionality shall occur no later than 24 hours after initial notification. The contractor shall document all work performed and detail of findings. A copy will be provided to the UPS Program Manager at AFSPC CEF/CEO and the site manager/POC along with a monthly report of services rendered and charges billed per site. Evaluation is based on best value including past performance, ability to meet service requirements and cost. Provide two past performance projects similar in scope to work requirement posted here. The provision at FAR 52.212-1, Instructions to Offerors, appliesto this acquisition. Quotes shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Potential awardee shall be required to register in IT Solutions Shop at it-solutions.gsa.gov. for post-award process. Quotes are due by 4:00 PM PDT, March 31, 2000, and shall be submitted by email to paul.martin@gsa.gov. Inquiries regarding the solicitation will only be accepted via email to Posted 03/22/00 (D-SN437297). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0026 20000324\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page