SOLICITATION NOTICE
J -- Preventive and Remedial Maintenance on STC 5000s and TLX 287-D2s
- Notice Date
- 8/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- DASW01-02-T-0029
- Response Due
- 8/22/2002
- Point of Contact
- TaLisa Spottswood, 703-602-3661
- E-Mail Address
-
Email your questions to Defense Contracting Command-Washington(DCC-W)
(talisa.spottswood@hqda.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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/quote s are being requested for quotation (RFQ) or request for proposal (RFP). This is Request For Quotation DASW01-02-T-0029. This combined synopsis/solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition C ircular Number 2001-7. The provisions at 52.212-1, Instructions to Offerors - Commercial, and 52.212-4, Contract Terms and Conditions - Commercial Items apply to this acquisition and are incorporated by reference. Also, clauses at 52.212-5, Contract Term s and Conditions Required To Implement Statutes or Executive Orders - Commercial items applies to this acquisition. Ensure offerors include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. ---------- STATEMENT OF WORK 1. SCOPE: This contract is for preventive and remedial maintenance to include repair parts and services to be performed during both Principle Period of Maintenance (PPM) and Other than Principle Period of Maintenance (OPPM). Repair parts and services inclu de labor, parts, tools, test equipment, and travel. Maintenance will be performed on the following government owned FIP ADP equipment: Telex Printers 287-D2, Storage Tek 5000 high speed impact printers, and filters for the Storagetek 5000 High Speed Impact printers located at both sites. Maintenance will be provided for the following 2 sites: (1) Single Agency Manager-Pentagon Telecommunications Service Center (SAM-PTSC), the Pentagon, Washington DC, (2) Computer Complex Ritchie (CCR), Ft. Ritchie, MD. The SAM-PTSC and CCR sites' operate 24 hours a day, 7 days per week, 365/366 days a year to include all federal and Government holidays, Government administrative days, snow days, and days declared holidays by Presidential Executive Order (i.e.; Inaugural Day) . Each site must ensure that it is capable of successfully performing its mission at all times. The period of performance for this contract is for approximately 12months commencing 13 October 2002 and ending 12 September 2003. 2. GOVERNMENT POINTS OF CONTACT (POCs): The name, phone number, and address of the Site POC will be provided upon contract award. 3. SECURITY REQUIREMENTS: The contractor must demonstrate that all personnel proposed to perform under this contract posses a TOP SECRET security clearance at the time of contract award. Security requirements in the performance of this contract are TOP SEC RET and will be maintained in accordance with (IAW) the applicable documents listed in item 4 below. 4. APPLICABLE DOCUMENTS: The security requirements for this contract are IAW the following: Department of the Army Information Security Program Army Regulation (AR) 380-5, United States Army Information System Command (USAISC), Supplement 1 to AR380-5, Inf ormation System Security AR 380-19, USAISC Supplement 1 to AR 380-19, Personnel Security Program AR 380-67, Department of Defense (DoD) 5200.2-R Personal Security Program, DoD 5220.22-R Industrial Security Regulation, Military Standards Software Developmen t and Documentation MIL-STD-498, and DD Form 254 Contract Security Classification Specification. 5. PERSONNEL QUALIFICATIONS: The contractor shall ensure personnel performing under this contract posses the required security clearance, skills, education, training, and experience necessary to successfully perform all of the requirements of this contract . Certificates of Training, or equivalent, shall be supplied to the Government for all contractor personnel performing on-site under this contract. 6. CORPORATE QUALIFICATIONS: All personnel at the home office working under this contract shall have a background in the services provided under this contact and should have the ability to apply lessons learned over the life of the contract. 7. SUBCONTRACTING: The contractor shall identify any subcontractors involved in the performance of this contract after contract award. Subcontracting personnel shall meet the TOP-SECRET security requirement and personnel qualifications required under this contract. 8. SPECIFIC TASKS: a. Maintenance and repair services will be performed during the Principal Period of Maintenance (PPM) and Other than Principal Period of Maintenance (OPPM). Preventive maintenance and repair shall be performed during the PPM. Remedial maintenance and repai r shall be performed during both the PPM and OPPM. b. PPM and OPPM Time Frame: PPM is Monday through Friday, between 0830 hours and 1700 hours EST, excluding all federal and government holidays, snow days, administrative days, and days declared holidays by Presidential Executive Order. OPPM is Monday throu gh Friday, between 1701 hours and 0829 hours EST, Saturday and Sunday from 0001 hours to 2359 hours, and all federal and Government holidays, snow days, administrative days, and days declared holidays by Presidential Executive Order from 0001 hours to 235 9 hours. c. Preventive Maintenance and Repair: All Preventive maintenance and repair shall not be disruptive and shall be performed during the PPM with in the designated time frames. The government POC reserves the right to postpone, reschedule, or defer maintenanc e during peak and critical operational periods. If the POC makes the decision to postpone, reschedule or defer maintenance the extended down time will not be counted against the contractor. d. Remedial maintenance and repair shall be performed during the PPM and OPPM. D. 1. PPM Payment Policy: Remedial maintenance and repairs performed during the PPM will be included in the contractors stated monthly price. The stated monthly price is also inclusive of all parts, materials, and travel costs. D.2. OPPM Payment Policy: Remedial maintenance and repairs performed during the OPPM shall be paid on a 'per call' basis and in ONE HALF (1/2) HOUR INCREMENTS of the stated hourly price, regardless of the level of acceleration that the contractor uses duri ng performance. The stated hourly OPPM price is inclusive of all parts, materials, and travel costs. In addition, the contractor will be paid for ONLY ONE maintenance or repair person for each call. Should the contractor require more than one person the co ntractor shall notify the government POC who will obtain approval form the Contracting Officer before the government will incur additional costs. e. Response Time: Maintenance and repair personnel will report to the sites located in the Pentagon, Washington DC within two hours and to Site R, Fort Ritchie, MD within Three hours of the Government's bona fide attempt to contact the Contractor. A bona f ide attempt is defined as being an attempt by the government to contact the contractors designated POC. Response time begins when the bona fide attempt is made regardless of whether person to person contact is made. If the equipment is not repaired within six (6) hours after notifying the contractor of the malfunction, the government may require the contractor to replace the defective equipment with another piece of equipment which is equal to or better than the defective equipment, as determined by the gov ernment. The contractor may reinstall the original equipment after it has been repaired and tested. f. Down Time and Equipment Availability Rate: The equipment availability rate is computed by dividing the number of hours per month that the equipment is fully operational by the total number hours per month. The equipment availability rate shall be at lea st 98.9 percent. Down time shall be construed as time during operating hours (24 X 7), when any piece of equipment serviced and maintained under this contract is not fully operational. g. Downtime Credit: Downtime credit i s computed by dividing the monthly price by the number of cumulative hours per month and multiplying the result by the total number of down time hours. 9. REPAIR PARTS AND SERVICES: Only new or refurbished OEM standard parts or parts equal in performance will be used in effecting replacement and repairs. The contractor will dispose of parts, which have been replaced. However, all parts and memory devices capable of retaining classified data shall not be removed from the site and will remain government property. 10. STORAGE: There will be no government storage space or facilities provided for this contract. 11. DELIVERABLES: a. Contractor Points of Contact (POC): The contractor shall provide the government with the names, telephone numbers and addresses of the primary and secondary POCs to receive requests for repairs and services 24 hours an day, 7 days a week. Person to pers on telephonic contact with the designated POCs or an answering service is the only acceptable methods for receiving requests. b. Maintenance and Repair Reporting: When maintenance or repairs are performed, the contractor shall, prior to departure, provide a report to the government POC on site. The report will include the following: Purchase Order Number, Contract Line Item Numbe r, time of notification, arrival and departure times, equipment location, nomenclature, model, serial number, repaired or replaced parts, equipment status at departure time, category of repair (e.g. PPM, OPPM), description and cause of malfunction and desc ription of repairs that were made. The government POC on site must verify and sign the report and initial all entries. c. The contractor shall provide a written warranty on all parts and labor. The period of performance for this contract is for approximately 12 months commencing 13 October 2002 and ending 12 October 2003. Quotations are to be submitted in the following format: QUANTITY x UNIT PRICE = TOTAL PRICE. (The unit of issue will be months). CLIN 1 - Maintenance on STC 5000 (SN 5700773) 12 Months x Unit Price = Total Price CLIN 2 - Maintenance on STC 5000 (SN 5700776) 12 Months x Unit Price = Total Price CLIN 3 - Maintenance on STC 5000 (SN 5700787) 12 Months x Unit Price = Total Price CLIN 4 - Maintenance on STC 5000 (SN 5700768) 12 Months x Unit Price = Total Price CLIN 5 - Maintenance on STC 5000 (SN 5700787 12 Months x Unit Price = Total Price CLIN 6 - Maintenance on TLX 287-D2(SN 48932) 12 Months x Unit Price = Total Price CLIN 7 - Maintenance on TLX 287-D2(SN 48930) 12 Months x Unit Price = Total Price CLIN 8 - Maintenance on TLX 287-D2(SN 35455) 12 Months x Unit Price = Total Price CLIN 9 - Maintenance on TLX 287-D2(SN 48931) 12 Months x Unit Price = Total Price CLIN 10 - Maintenance on TLX 287-D2(SN 35457) 12 Months x Unit Price = Total Price CLIN 11 - Labor Rate for OPPM (Not to Exceed 150 Hours) 150 Hours x Unit Price = Total Price TOTAL BOTTOM LINE PRICE ---------- AWARD PROCEDURES: The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, with the lowest overall price, price and other factors considered; including price and technical specification. Anticipated award date: 30 August 2002. No oral quotes will be considered. All responsible sources may submit a proposal, which shall be considered. Responses shall be su bmitted NLT 12:00 noon EST 22 August 2002 to: TaLisa M. Spottswood, of Defense Contracting Command -Washington, DASW01-02-T-0029, by either email: talisa.spottswood@hqda.army.mil or via fax at 703-602-3659. POC: TaLisa M. Spottswood, 703/602-3661.
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00136320-W 20020810/020808213631 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |