Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

Federal Emergency Management Agency, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135

J -- MAINTENANCE OF UPS EQUIPMENT SOL EMV-2000-RP-0019 DUE 051700 POC Jennie K. Nickleson, Contract Specialist, 540-542-2133 E-MAIL: CBD Presol. Notice, RFP EMV-2000-RP-0019, Jennie.Nickleson@ FEMA.gov. This is a combined synopsis/solicitation for the maintenance services for Government-owned power modules for uninterrupible power systems 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; offers are being requested and a written solicitation will not be issued. The solicitation number is EMV-2000-RP-0019. The solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This procurement is a small business set-aside. The SIC Code applicable to this RFP is 7389. The small business size standard is $5.0 million. The successful offeror shall possess a Top Secret clearance. The Federal Emergency Management Agency proposes to procure this service as ITEM 001: preventive maintenance and ITEM 002: remedial maintenance for a base year and four option years. The types of UPS unit to be maintained are: 1. Deltec -- Model #90S086-2B; 2. Exide Electronics Model #2045, 3. Exide Electronics Model #Powerware Plus 36/24; 4. Best Power Model #FE18KVA; 5. International Power Systems Model Durable Power #6348-100H6320-STWK-1835; 6. Exide Electronics Model #6060; 7. Exide Electronic type series 3000, 2 moduel, redundant inverter Model #Module 1 208-180T3-120/208 and Model # Module 2 208-180P3-120/208; 8. Exide Electronics, type series 3000- Model #208-100T3-120/208; and 9. Topaz Inc. Model #71500 P5. STATEMENT OF WORK: The Contractor shall provide maintenance services on all listed units, included with the preventive maintenance shall be the replacement of batteries as required. The equipment shall be kept in good operating condition and shall be maintained in accordance with the Original Equipment Manufacturer's (OEM) maintenance specifications and schedules. PREVENTIVE MAINTENANCE: All preventive maintenance shall be scheduled at least 72 hours in advance with the Project Officer (PO) and shall be performed during the hours of 8:00 A.M. -- 4:30 P.M. Monday through Friday, excluding holidays. A maintenance report shall be furnished the PO upon completion of each preventive maintenance call. The report shall include: l. Date of scheduled maintenance. 2. Date and time of arrival. 3. Hours performing maintenance and 4. Listing of parts replaced or repaired. Only the cost of consumable materials such as air filters, link grease, distilled water, etc. shall be included in the preventive maintenance unit price. All other materials are billable in addition and at the Contractor's then current list price less a 15% discount shall be applied to the remedial maintenance repairs. REMEDIAL MAINTENANCE: Contractor shall maintain a 24 hour per day, seven day per week telephone contact or employ an answering service for notification by the Government of the need for remedial maintenance. Reimbursement for remedial maintenance to the Contractor shall be in accordance with the hourly rates and spare parts price list identified in the cost proposal. RESPONSE TIME: Upon notification that equipment is inoperative, during normal working hours a four-hour response is required. After hours, a best effort basis not to exceed 24 hours is expected. A remedial maintenance report applicable to the preventive maintenance report is required at the completion of the work effort. Only new standard parts and parts of equal quality shall be used in affecting repairs. Associated equipment shall not be shutdown without prior approval of the PO. EVALUATION INFORMATION: The Government will make award to the responsible offeror whose proposal conforming to the solicitation will be most advantages to the Government, price and other factors considered. Contractor must meet all requirements detailed with the solicitation. Technical is of greater importance when compared to price. The Cost Proposal shall contain pricing for the base year and four (4) options years for Preventive Maintenance, Remedial Maintenance and Spare parts list for each of the UPS units. The Technical Proposal will include the following information (with associated point values): 1. Contractor must show demonstrated technical aptitude to understand the work to be accomplished, with competent personnel for estimating the contract (15 points) 2a. Service technicians must show evidence of proper training for UPS maintenance. This should include a background in basic electricity and electronics by technical schools or through approved apprenticeship programs and specialized training for specific makes and type of equipment included in this contract. Technicians must have at least four-year experience in servicing the type equipment mentioned in the contract. (15 points) 2b. Service technicians must show experience in using oscilloscopes, electrical and electronic test meters, and associated tools of the trade. (10 points) 3. Contractor must show evidence of technical support of staff to assist servicing technicians in hardware repairs. (15 points) 4a. Contractor must have an adequate number of qualified technicians on duty or call to support the contract. (5 points) 4b. Contractor must be capable of a 4-hour response time for remedial maintenance. (5 points) 4c. Contract must maintain a 24-hour, 7-day per week telephone contact. (5 points) 4d. Contractor must maintain replacement parts inventory to correct malfunctioning equipment with a 72-hour period (10 points) 5. Contractor must have been in the UPS maintenance business for at least four years and must show demonstrated experience and competence in maintaining UPS units of the make and type listed in the solicitation. (20 points). Proposal Preparation Instructions: The provision at 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition. Successful contractor must meet all responsibility requirement of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, 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 52.213-3, Offeror Representations and Certifications-Commercial Items, 52-212-2 Evaluation Commercial Item (The following factors shall be used to evaluate offers: (1) Price (2) Technical and (3) Past Performance; 52.212-4 Contract Terms and Condition-Commercial Items; 52.212-5 Contract Terms and Condition Required to Implement Statutes or Executive Order-Commercial Items; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-Supplies. The full text of these provisions and clauses may be accessed electronically at http://www.arnet/gov.far and http://www.gsa.gov/far/ for submission of offers in on May 17, 2000 at 4:00 P.M., local time to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; ATTN: Jennie K. Nickleson, Contract Specialist (540) 542-2133. Technical and/or administrative questions must be received no later than five (5) business days after publication of this notice and be faxed to (54) 542-2631 or 2632 or sent via electronic main to jennie.nickleson@fema.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFP will be published in the same manner as the initial synopsis/solicitation. Posted 04/14/00 (W-SN445272). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0041 20000418\J-0006.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page