Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,2000 PSA#2613

General Services Administration, Federal Technology Service (FTS), Technical Support Division (7TR/T-5), 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102

70 -- COMPUTER EQUIPMENT MAINTENANCE SUPPORT CONTRACT SOL 7TF-00-0018 DUE 060700 POC Paulette Sepulvado, Contracting Officer, Phone (817) 978-0503, Fax (817) 978-4739, Email paulette.sepulvado@gsa.gov -- Paulette Sepulvado, Contracting Officer, Phone (817) 978-0503, Fax (817) 978-4739, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=7TF-00-0018&L ocID=319. E-MAIL: Paulette Sepulvado, paulette.sepulvado@gsa.gov. 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-00-0018 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12!! 17(iv). This is a full and open procurement under SIC 7378 Computer Maintenance and Repair!! 17(v). The statement of work follows: 17(vi). Computer Equipment Maintenance Support Contract, U.S. Army Engineers District, New Orleans, LA, Task Number FC9603004, I). Introduction; Organization: U.S. Army Engineers District, Mississippi Valley Division, Information Management Office, Information Integration & Implementation Branch, P.O. Box 60267, New Orleans, La 70160 1) Project Objective: The purpose of this contract is to provide non-personal Information Equipment Repair Services in support of the New Orleans Districts Information Management Office. II). Technical Service Requirements: 1). Scope of Work: These specifications cover the repair of Computer Equipment. The work will include the repair of printers, plotters, scanners, laptop computers, Computer monitors, uninterruptible Power Supplies (UPS) and other computer equipment or subsystems. All work will be assigned in writing and/or verbally. The contractor shall report to the government agent, any equipment that the contractor shall find not to be cost effective to repair due to the cost of parts or the amount of labor required. The contractor is also to take advantage of any warranty support due the government on any and all items given to the contractor for repair. 2). Work to be Accomplished (Deliverables): The time frame of the work is to be assigned by the New Orleans District. (Normal time frame for work is to be 2 to 5 working days from the time of receipt of the request.) The Contractor must be able to diagnose the problem and repair the specified problem and any other accompanying problem found with the equipment, after notifying one of the Client Representative (CR) or the Alternate Client Representative (ACR). 3). Responsibilities: The team leader is the CR and his designated Alternate is the ACR. The team leader or his designated alternate of the Help Desk Team of the Information Integration and Implementation (III) Branch of the Information Management Office (IMO) of the New Orleans District Office of the Corps of Engineers is responsible for technical liaison, review, approval, and final acceptance of efforts accomplished under this contract. 4). Contractor to Furnish: All Parts, labor, tools, and test equipment necessary to repair and put in good working order any of the computer equipment listed under Types of Government Computer Equipment. a.) The contractor isto furnish any transportation necessary to transport the equipment to his business location for repairs as necessary and return to government site. b.) If repairs can be made on government premises without causing disruption in the government office that will also be permitted. Technicians will leave the work area in the same condition it was found in. The technician will clean up any mess before leaving the area. 5) Types of Government Computer Equipment: This Contract is for the repair of: B&W and color laser printers, inkjet printers, impact printers, laptop microcomputers, scanners, computer monitors, plotters and assorted other micro computer equipment. The above equipment is composed of many makes and modes. The majority of the equipment are HP printers, Gateway Laptop PC's and monitors but not exclusively. The mix of computer makes and models is constantly changing depending on the requirements of the US Army Corps of Engineers and the items bided and supplied by various vendors. 6) Travel Requirements and Work Location: The subject government equipment will normally be available to be picked up or serviced during the hours of 8AM and 4:30PM at the New Orleans District Office at 7400 Leake Ave., New Orleans, LA. Under some circumstances (e.g. equipment to large to move or due to the urgency of getting the equipment serviced) the contractor may be required to go to field sites anywhere in the New Orleans District to pickup or service equipment. The government estimates that no more than 500 miles would be required during the first year. Any authorized mileage to the outlying field sites would be reimbursed to the contractor at the current government mileage rate. III) Administrative Considerations: 1) Service Availability and Schedule: The contractor must be able to provide 5 day by 11 hr per day service for the period 7AM through 6PM Monday through Friday. The contractor must be able to respond to any call during the Corps of Engineers normal working Hours (7AM till 5:30PM) within 4 hours. During certain times of the year when the New Orleans District Office has emergency operations, the Corps may require 7X24 hour service. 2) Warranty Repairs: It is the government's intent to make use of any and all warranties on the equipment needing repair. The contractor must use all diligence to determine if the equipment is still under manufactures or vendor warranty and take advantage of same, for effecting repairs or of obtaining repair parts to limit the total cost of repair to the government. 3) Duration of Task: Performance period will continue from award of task through 12 months with 4 one-year renewal options. 4) Government Furnished Equipment / Property (GFE/GFP): There will be no government property furnished equipment, except for the equipment designed for repair. a.) The contract will follow government property pass procedures. No property will be removed from government premises without the necessary government property pass. Upon returning the government property the necessary signatures will be gottenon the property pass showing that the property has been returned. b.) All Government computer property carries a unique bar code. This bar coded equipment must be returned with the bar codes intact. If the government property is to be sent to a third party for warranty repair, the government must be notified before it is sent off, to allow for the proper handling of the bar code security issues. 4) Government Furnished Materials or Equipment: It is not the intent of this contract to have the Government furnish any repair parts or equipment, but if it is in the best interest of the Government due to emergency or special circumstances, the Government may provide parts or allow the contractor to use government equipment. The Government will not be held responsible for the failure of any part or equipment it provides nor will it establish a precedent for any future circumstances. 6)Work Orders: A copy of the work order will be provided to the team leader or his alternate at the time the work is accomplished for signature. The Work order must then be provided to the office budget technician to insure proper credit and recording for payment. Work orders will include a work order number, the name of the piece of equipment, the serial number, the Corps of Engineers Bar Code Number, the room number, a description of the problem / repair or solution, a list of parts used, time spend, cost of each. 7) Invoicing: Billing will be submitted monthly. The monthly invoice must list the individual charges by invoice number. Any discrepancies are the responsibility of the contractor to document and/or correct. Invoices for recurring services will include a statement from the authorized Client Representative or Alternate Client Representative that costs billed during the monthly billing period are acceptable. 8) Points of Contact. a.) GSA Contracting Officer (CO) Paulette Sepulvado; GSA, Technical Services Division (7TRT); 819 Taylor Street Fort Worth, TX 76102; Phone: 817 978 0503; FAX: 817 978 8604: b.) GSA Information TechnologyManager (ITM); Linda Catherall; GSA, Technical Services Division (7TRT) 819 Taylor Street; Fort Worth, TX 76102; Phone: 817 978 4840; FAX: 817 978 8604:c.) Client Representative (CR); Mr. Samuel Veal; Chief Information Integration & Implementation Branch; US Army Corps of Engineers; New Orleans District; P.O. Box 60267/ 7400 Leake Ave; New Orleans; La 70160/70118; d.) Alternate Client Representative (ACR); Mr. Shane Matherne 504 862 1254 or Mr. Wayne Villemarette 504 862 1619; IV) Evaluation Factors (Acceptance Criteria): 1). The Government will make award resulting from this Statement of Work to the responsible offeror whose offer conforming to the Statement of Work will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offer: 2) Evaluation will be based on (1) Past Performance (See Below), (2) percent of employees with A+ or other professional certification in the field, and (3) Price. Factors are listed in their relative order of importance. 2) Past Performance will be evaluated as follows: a) Offeror shall include three (3) Federal, State, local Government and /or Private contracts /orders for which the offeror has performed work similar to the Statement of Work. References should include the most recent contracts / orders completed within the last three years; (b) The offeror shall provide a point of contact (POC), current telephone number, and fax number for each contract; (c) Limit each past performance example to 1 page. The print should be double spaced; (d) If necessary, the offeror will be provided an opportunity to discuss past performance information obtained from the references. Poor or substardard performance may result in no award to an offeror. 2) Competency Factors: Prior to award of this contract, all interested contractors must submit a portfolio portraying their capabilities and experience in repairing computer equipment also indicating if your company is an authorized service center for the equipment; the total number of employees, and the number of employees with A+ or other professional certifications. 3) Price Factors: Hourly rates for labor, part charges and any travel charges. 17(vii). N/a 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Past Performance, (2) Competency Factors and (3) Price. Factors are listed in their relative order of importance. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999), with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(2)52.203-10, (b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5 2.222-37,(b)(15)52.225-21, (b) 552.211-70.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Paulette Sepulvado, Contracting Officer at or before 4:30 p.m.(CST), June 7, 2000. TELEFAXED PROPOSALS WILL BE ACCEPTED.!! 17(xvii). Contact Paulette Sepulvado at 817/978-0503; email: paulette.sepulvado@gsa.gov !! Posted 05/31/00 (D-SN460020). (0152)

Loren Data Corp. http://www.ld.com (SYN# 0262 20000602\70-0005.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page