COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664 Department of the Air Force, Air Force Space Command, 50CONS (Bldg.
500), 500 Navstar St, Ste 141, Schriever AFB, CO, 80912 D -- HARWARE AND SOFTWARE MAINTENANCE/REPAIR OF HSQ TECHNOLOGYOMCS SOL
FA2550-00-Q-0290 DUE 083100 POC Lois Anderson, Contract Specialist,
Phone 719-567-3454, Fax 719-567-3438, Email
lois.anderson@schriever.af.mil -- Lois Anderson, Contract Specialist,
Phone 719-567-3454, Fax 719-567-3438, Email WEB: Visit this URL for the
latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=FA2550-00-Q-0290&LocID=888. E-MAIL: Lois Anderson, lois.anderson@schriever.af.mil.
(i). This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subpart 12.6, 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. The 50 Contracting Squadron
intends to award a Sole Source Acquisition for Maintenance and Repair
of base Operational Management Control System Head-End Equipment
System. (ii). The proposed action is issued as a request for quotations
under FA2550-00-Q-0290. (iii). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-19. (iv). The Standard Industrial
Classifications Code for the work associated with this synopsis is
7389. (v) CLIN 0001 The contractor is to furnish all labor, tools,
materials, facilities and transportation necessary to provide
maintenance on the Base Operational management Control System Head-End
Equipment to include updates during the period of 1 October 2000 to 30
September 2001. CLIN 0001 quantity is twelve- (12) and the unit of
measure is months. CLIN 0002 Cost of parts, labor for repairs on an as
needed basis to conduct any repairs to printed circuit boards and
other devices in the field panels and head-end gear either sent to
contractor or repaired on site by emergency maintenance. All work is to
be performed in accordance with the attached Statement of Work with a
performance period of 1 October 2000 to 30 September 2001. Parts and
labor Not to Exceed $25,000.00. (vi). All work is to be performed in
accordance with the Statement of Work as noted herein. Statement of
Work _ 1. General. The contractor shall provide all personnel,
equipment, tools, materials, transportation, parts, connectors,
terminators, enclosures, software, firmware, devices, supervision and
other items and services necessary to perform "Hardware and Software
Maintenance and Repair for HSQ Technology OMCS system". The contractor
shall perform to the standards in this purchase order. 1.1 Contractor
shall repair all printed circuit cards, power supplies, modules,
central processing units, fail-over circuitry, terminals, drives,
servers, modems and software used by the HSQ OMCS system Central
Equipment. The contractor shall troubleshoot, repair and document all
repairs. 1.2. Items. The contractor shall supply repair parts on an
as-needed basis to conduct any required repairs to devices sent to them
or being repaired on site by routine or emergency maintenance. These
parts shall be billed on a not-to-exceed basis under the parts line
item of this purchase order. 2. Contractor shall perform periodic
maintenance on the head-end equipment. This will include software and
firmware updates to the operating systems and programs of the various
equipment. These updates shall be accomplished within a month after
updates are available to bring the system up to the latest versions
available. The contractor is also required to do any software
maintenance necessary to keep these systems optimally operational. The
contractor shall be required to perform routine maintenance on all HSQ
head-end equipment and associated monitoring equipment. This will
include all terminals/printers and other equipment in the system
network. 2.1. Contractor shall be required to run system and software
diagnostics for the systems and correct any system problems found at
that time. 2.2. Communication bus diagnostics shall be completed during
routine maintenance and repairs to firmware and software. 2.3. All
routine recurring maintenance shall be accomplished in accordance with
the manufacturer_s frequency of every 6 months beginning in October of
2000. Each of these visits shall be four days on site. 3. All
workmanship on repairs shall be warranted for the term of one (1) year
from the date of acceptance by the government. All maintenance shall
be warranted for a period of 180 days. The maintenance warranty does
not include replacement parts installed during maintenance. All newly
installed parts shall be warranted for a period of one year or with
manufacturers_ warranty. 4. Contractor shall provide at least three (3)
eight (8)-hour sessions of familiarity training for up to ten (10)
civil engineering personnel on all contractor repairs, installed
devices, and software updates installed during on-site maintenance. 5.
The contractor shall provide a telephone technical assistance service
to the Air Force's technical staff during normal company working
hours. The contractor shall provide technical assistance telephonically
with suggested repairs in the case of an emergency. The contractor
shall include assistance with the building and modification of RTU
software as part of telephone support. The contractor shall respond
within 48 hours to Schriever AFB if local technicians require
assistance to accomplish repairs. (vii). The Period of Performance is
1 October 2000 to 30 September 2001, and the place of performance is
Schriever AFB, Colorado. (viii) The provisions at 52.212-1,
Instructions to Offerors -- Commercial, applies to this acquisition.
(ix). 52.212-2, Evaluation -- Commercial Items applies to this
acquisition with the evaluation factors of past performance and price,
which are weighed equally and price must be considered fair and
reasonable. The Government reserves the right to award to other than
the low offeror. (x). The offeror is to include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, with its offer. (xi). The clause at 52.212-4,
Contract Terms and Conditions -- Commercial Items, applies to this
acquisition. (xii). The clause at 52.212-5, Contract Terms and
Conditions Required To Implement Statutes or Executive Orders --
Commercial Items, applies to this acquisition. (xiii). The following
clauses are also applicable FAR 52.222-48 Exemption from Application of
Service Contract Act Provisions for Contracts of Management,
Calibration and or repair of Certain Information and Technology,
Scientific and Medical and or Office and Business Equipment Contractor
Certification, as amended; FAR 52.223-3 Hazardous material
Identification and Material Safety Data; FAR 52.223-11 Ozone Depleting
Substances; FAR 52.223-5 Pollution Prevention and the Right to Know
Information; FAR 52.223-6 Drug free Workplace; FAR 52.203-6
Restrictions on Subcontract Sales to the Government with Alternate I;
FAR 52.203-10 Price or Fee Adjustment of Illegal or Improper Activity;
FAR 52.19-8 Utilization of Small Business Concerns and Small
Disadvantage Business Concerns; FAR 52.222-26 Equal Opportunity; FAR
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era; DFARS 252.225-7001 Buy American Act and Balance of
Payments Program. (xiv). All responses to this request for quotations
are due to this office no later than 4 p.m. local time on 31 August
2000. All responses need to be sent to 50 Contracting Squadron/LGCA,
300 O_Malley Blvd., STE 49, Schriever AFB, CO 80912-3049. Offerors are
reminded to mark their submission with the point of Contacts name and
solicitation number for proper routing. Fax responses are accepted and
can be sent to (719) 567 _ 3438, clearly marked for the attention of
the Point of Contact. (xv). The Point of Contact for this solicitation
is SSgt Lonnie Sell, (719) 567 _ 3430, or SSgt Leo Lombardo, (719) 567
_ 3450. (xvi). All offers shall include the pricing information
requested in item (v) above, as well as the representations and
certifications required by item (x) above. (xvi). The offer must
describe the details of offer presented in their quotation. The more
detail provided, the better the Government will be able to judge the
merits of the offer submitted, and select the best value for the
Government. For more information contact SSgt Lonnie Sell at (719) 567
_ 3430, or email Posted 08/11/00 (D-SN484893). (0224) Loren Data Corp. http://www.ld.com (SYN# 0021 20000815\D-0005.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|