Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2002 FBO #0272
SOLICITATION NOTICE

63 -- Maintenance service and one time repairs to include preventive maintenance on a quarterly basis for intrusion detection devices at Fort Sam Houston and Camp Bullis, Texas.

Notice Date
8/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MedCom Contracting Center, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DADA10-02-R-0039
 
Response Due
9/16/2002
 
Point of Contact
maria ortiz, 210-221-4630
 
E-Mail Address
Email your questions to MedCom Contracting Center
(maria.ortiz@cen.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J MAINTENANCE, Repair and Rebuilding of Equipment. OFFADD: MEDCOM CONTRACTING CENTER, ATTN: MCAA BlDG 4197, 2107 176TH Street, Fort Sam Houston, TX 78234-5015. SUBJECT: J Electronic, Elec trical, Electro-Mechanical Equipment Maintenance Support and Repairs. Solicitation DADA10-02-R-0039. Offers due 16 Sep 02. Point Of Contact (POC) Contract Specialist Maria Alicia Ortiz (210)221-4630, Contracting Officer Cynthia Jelen (210)221-3802 and f acsimile number (210)221-4430 or 221-5402. (Site Code DADA10). (i)This is a combined synopsis/solicitation for commercial items in accordance with FAR Subpart 12.6, Commercial Items Procedures as suplemented with additional information to be provided up on request. Period of performance is 01 Oct 02 thru 30 Sep 03, together with four (4) one-year option periods for a total performance period not to exceed 60 months. (ii)This announcement consitutes the only solicitation. Proposals are being requested a nd a written solictation will not be issued. This is a Request for Proposal. (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. (iv) The applicable Sandard Industrial Classification (SIC) is 7629; the applicable North American Industry Classification System (NAIC) code is 561621, and the size standard is five million dollars ($5,000,000). (v) There are 15 line items in this solicitation and proposals are being requested on an hourly basis. Hours are estimates only and are subject to change. A schedule of line items is under separate cover under Attachment 1 and will be issued upon request. Contact Alicia Ortiz at 210-221-4630 or email maria.ortiz@cen.amedd.army.mil. (vi) C.1. SCOPE OF WORK C .1.1. The Contractor shall furnish all personnel, transportation, common supplies and parts, materials, tools, equipment, facilities, and management except as provided herein as governmentfurnished to perform the maintenance support function for a ll types and models of intrusion detection devices. Approximately 100 devices are located in various buildings on Fort Sam Houston and Camp Bullis, Texas. Due to security concerns, current location of alarms will be furnished separately. A listing of th e components used are listed under a separate attachment and will be provided upon request. The government will reimburse cost of common repair parts and materials and will furnish military peculiar parts used with the Joint Service Interior Intrusion Dev ices(JSIIDS). The maintenance support function includes performing one time repair for equipment to be returned to fully operational status. Service also includes preventive maintenance (PM) on a quarterly basis. Preventive Maintenance includes cleaning , aligning adjustment and performing a 100% operational check of the system. Specific tasks to be performed are in Section C.5 of this work statement. Performance shall be in accordance with this work statement. Evaluation of Contractor's performance un der this work statement will depend primarily on customer satisfaction. Contractor shall accept the International Merchant Purchase Authorization Card (IMPAC) credit card for payment on an individual job basis to include payments for common repair parts. C.1.2 Employee Skills. Contractor employees shall have the general technical skills and experience required to maintain and repair all intrusion and detecton devices. C.1.3 Hazardous Waste Management. The Contractor shall be responsible for disposal of waste oils, solvents, grease, cleaners, paints, thinners, and other such waste materials generated in performing services under the contract. Disposal action taken by the Contractor shall comply with local, state, and federal Environmental Protection Agen cy (EPA) Regulations. C.1.4 Repair Actions. Any defects or faults found by Contractor personnel while performing a repair service, which will contribute to r apid wear or damage to the equipment, shall be corrected in conjunction with the work being performed at that time and not deferred until reported by the user. C.3. Government Furnished Property and Services. C.3.1. The Government will provide, if desi red by contractor, adequate space to test JSIIDS components in Building 4055, Fort Sam Houston, Texas. Government will furnish all utilities and repair of the facility at Building 4055. C.3.2. Government will furnish all military peculiar parts and comp onents. Government will maintain parts lockers in Bldg 2244 with parts for use in after hour repairs with backup at Bldg 4055. Government will reimburse the contractor for any commercial or common parts or components used in the repair action. C.3.3. T he Government will furnish Technical Manuals on a CDROM for all JSIIDS alarms. C.3.4. The Government will furnish complete list of alarms and location upon request. For security reasons, locations and identity of individual activities will not be included in this solicitation. C.5 SPECIFIC TASKS C.5.1. The Contractor shall provide maintenance support as specified in paragraph C.1.1 of this work statement for all models of intrusion detection devices used at Fort Sam Houston and Camp Bullis, T exas. Alarms are segregated into two categories: Priority One Alarms and Priority Two alarms. These categories dictate response time, continued effort until completion, and after hours response. Contractor shall respond, repair and report actions in acc ordance with time frames in paragraph C.5.5. Maintenance support covers one time repair for equipment. Service shall include, but not limited to, brush out cleaning when needed, aligning, lubricating, adjusting, replacing parts when necessary, and restor ing equipment to fully operational condition. Service also includes performing quarterly preventive maintenance checks and services (PM). During PM, all components of the alarm system will be checked for operational effectiveness. No additional charges shall be made whether repairs are accomplished on Government premises or in the Contractor's facilities. Labor rate shall include all labor and general operating supplies and transportation costs. C.5.1.2 The government will reimburse the contractor for all parts used in the maintenance of the equipment under this contract that are not supplied by the government. Contractor shall notify the COR each time a Government supplied repair part is used. Contractor shall return unserviceable government furnishe d parts to Building 4055 for proper government disposal. Contractor shall bill for parts in conjunction with each repair action. C.5.2 Technical Specifications. Technical specifications are established in the Government's repair and parts manuals and ch arts. Serviced and repaired equipment shall meet the technical specifications and operational standards as specified in the appropriate manuals. C.5.3 Notification Procedures. C.5.3.1 Acceptance of Maintenance Requests. Contractor shall accept maintenan ce requests, installations and rebuild/ major repairs authorization, and parts approval only from authorized Maintenance Division personnel, Bldg 4055, Fort Sam Houston, TX. Telephone: (210) 2219812/9830. Routine trouble calls and after hours call s will come either from The COR or representatives of the Military Police monitoring the alarm systems. Maintenance Division or Military Police personnel will provide information as to point of contact and telephone number, the equipment location and alar m number at time of notification. Maintenance Division personnel will assign a maintenance request number to each separate service request. The Government will use the assigned number to verify service completion, payment actions, followup reques ts, quality assurance inspections, warranty actions, and service recalls. The Contractor shall record the assigned service call number on all documentation con cerning individual equipment repaired under this contract. C.5.3.2 Removals/new installations/or relocation. Maintenance Division personnel will notify the Contractor when any of these actions are required. Maintenance Division personnel will request a written estimate of time and materials required. A maintenance request number will be assigned as identified in C.5.3.1 to each of these requirements. Work will not begin until approval is granted by the COR. The Contractor shall record the assigned serv ice call number on all documentation. Notification will normally be by telephone or facsimile (FAX) to contractor's facility. C.5.3.3 Access. Contractor shall contact Alarm Monitors at Building 2244, Fort Sam Houston for maintenance keys to individual a larms prior to reporting to alarm location. Monitors will furnish known information at that time. Contractor employees shall return keys after repair action is completed or stopped. Contractor shall complete repairer's portion of alarm log maintained by monitors. If any portion of alarm remains inoperable due to repair parts shortages or other delays, Contractor shall annotate fact on alarm log. C.5.4 Repair Procedures. C.5.4.1 Contractor shall respond to,each maintenance request in sufficient time to meet the response times established in paragraph C.5.5. C.5.4.2 Warranty. Equipment repaired under this contract shall be warranted in accordance with accepted commercial practices in this geographical area. Contractor shall specify warranty period in p roposal. C.5.5 Turnaround Time (Response Time). The Contractor shall respond to Priority One service calls within two hours of notification, seven days a week, 24 hours a day including holidays. There are 15 to 20 of these alarms located in various area s of Fort Sam Houston and Camp Bullis. There were two (2) of these calls in Calendar Year 2001. Contractor shall respond to all other alarms within four hours of notification, Monday through Friday from 7AM to 5PM. After hours response is not required o n these alarms. C.5.5.2 Contractor shall schedule PMs on all alarms once per quarter. PMs may be scheduled anytime during the quarter and must be coordinated with the Military Police Monitors. There will be approximately 20 alarms per month requiring PM. C.5.6 Work Site. The Contractor shall be responsible for transporting and securing equipment removed from the government site to contractor's facility if equipment is not repaired at Bldg 4055. The Contractor shall sign for the equipment on a printed f orm suitable for that purpose and leave a copy with the COR. C.5.6.1 The Contractor shall clean up the area at the Government site when repairs or services are performed. Clean up by the Contractor shall be limited to Contractor generated clutter, remov al of trash, grease, or oil stains, as well as spilled fluids of any kind. C.5.7 Physical Security. The Contractor shall be responsible for security of all Government property entrusted to the Contractor's care and control. Contractor's employees must a lso undergo a local police check prior to working on alarms. C.5.8 Safety. Contractor shall obey all safety, fire, traffic, and environmental regulations and policies prescribed by Occupational Safety and Health Administration, Environmental Protection A gency, and other state, city and government agencies while working on government property and facilities. C.5.9 Documentation. The Contractor shall prepare service tickets for each service or repair performed. The service ticket shall include contract n umber, maintenance request number, the date and time the work was completed, the alarm number requiring the work, a description of work performed; (specify components repaired), all repair parts and material used including government supplied parts, and si gned by the Contractor employee who performed the work. A copy of each service ticket and invoice shall be furnished to COR. COR will not verify service or au thorize payment until this documentation is furnished. (vii) This commercial acquisiton incoporates the following clauses and provisions: 52.212-1, Instructions to Offerors Commercial; Addenda to 52.212-1 incorporates the statement: Proposals will be e valuated according to the lowest responsible, responsive offer. 52.212-4, Contract Terms and conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Executive Orders-Comemrcial Items, including clauses: b(1), b(2), b(3), b(6), b(7), b(8), b(9)f, b(13), b(14), b(15), b(16), C(2), and c(4); FAR 52.212-8 Option to Extend the Term of the Contract; FAR 52.216-18 Ordering; FAR 52.232-18, Availability of Funds; and FAR 52.232-19, Availability of Funds for the Next Fiscal Y ear. The additional FAR clauses 52.222-36, Affirmative Action for Workers with Disabilities; Service Contact Act of 1965; as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-47 SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract; 252.225-7001, Buy American Act and Balance of Payments program are incorporated. Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7001, Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Including clauses 252.233-7000, Certification of Claims and Requests for Adjustment or Relief. FAR Clause 52.215-18, FACSIMILE Proposals applies. EVALUATION AND AWARD OF OFFERS: The government int ends to evaluate ofers and award a contract without discussion with offerors. Therefore, the offeror?s initial offer should contain the offeor?s best terms from a price and technical standpoint. However, the government reserves the right to conduct discu ssions if later determined by the Contracting Officer to be necessary. The government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers rec eived. Award resulting from this solicitation will be to the responsible offeror whose offer conforming to the solicitaton will be most advantageous to the government, price and past performance considered. Offerors are required to complete and include a copy of the following provisions with their proposal: FAR 52.212-3, Offeror Representations and Certification Commercial Items, which applies to this acquisition found in 52.252-2, Clauses Incorporated by Reference,states ?As prescribed in 52.107(b), in sert the following clauses; Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference with the same force and efect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:farsite.hill.af.mil/ or http://www.arnet.gov and the DFARS can be accessed at www.dtic.mil/dfars. NOTICE TO ALL POTENTIAL OFFERERS: Refer ence DFARS Clause 2522047004, Required Central Contractor Registration. The Government intends to make a single award to the responsible contractor whoe offer is most advantageous to the Government considering price, past performance, and meeting the gove rnment specifications. All offers are due NLT 1600 CST on 16 Sep 2002, to MEDCOM Contracting Center, 2107 17th Street, Bldg 4197, Fort Sam Houston, TX 78234. All offers shall be clearly marked with the offerors? name and RFP number. A Pre-proposal confe rence is scheduled for 12 Sep 2002 at MEDCOM Contracting Center, 2107 17th Street, Bldg 4197, Conference Room 2 at 1:00 p.m. Comments, questions, and suggestions regarding this RFP may be directed to Alicia Ortiz, 210-221-4630 or Cynthia O. Jelen, 210-221 -3802.
 
Place of Performance
Address: MedCom Contracting Center ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00153791-W 20020831/020829213951 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.