SOLICITATION NOTICE
70 -- STAEFA FACILITY MANAGEMENT SYSTEM
- Notice Date
- 8/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ASC/PKWIE, BLDG. 1, RM. 111 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
- ZIP Code
- 45433-5309
- Solicitation Number
- F33600-03-R-0045
- Response Due
- 9/5/2003
- Archive Date
- 10/31/2003
- Point of Contact
- Steven L. Brunswick,(937) 257-4774 x4412
- E-Mail Address
-
Email your questions to steven.brunswick@wpafb.af.mil
(steven.brunswick@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. This 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 01-08. This is a sole source requirement IAW FAR 6.302-1. This RFP has the following line item: I. DESCRIPTION OF SERVICES 1.1 SCOPE OF WORK The contractor shall provide all personnel, equipment, materials, vehicles, supervision and other items and services necessary to perform remedial hardware and software maintenance support for Staefa Controls Facility/Energy Management System (EMS) in various facilities.? Remedial hardware includes, but not limited to, operator workstations; NCRS (System II controllers), Smart II DDC control sub-systems and terminal unit controllers. ? Communication software consisting of Server/Client LAN, including UNIX operating system (Novell Netware V3.12), workstation-controller LAN (MS2000 V3.0) and all associated transformers, relays, sensors, and supporting peripherals. ? This EMS system utilizes both the base Ethernet and telephone network for communications between the server, workstations and field equipment. 1.2 Upgrades The contractor shall keep current on systems software and coordinate with Government representative to accomplish upgrades in a timely manner. All work shall be incorporated into the operations and maintenance manuals and software documentation. 1.3. Training The contractor shall provide on-site training, as directed by the Government representative, to operators, maintenance personnel, and supervisory personnel. 1.4 Maintenance and Repair Reports. The contractor shall submit a complete report to the Government representative responsible for this contract of each maintenance support quote completed to include a listing of all replacement parts and manufacture manuals/operational procedures on new equipment, including hardware or software. II. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para Performance Threshold Directed Work. Respond and perform cost quote on directed work requested. 1.1, 1.2, 1.3 95% of responses are timely. Service Call repairs. Maintenance support is made in a timely manner. Customer is informed of expected repair time. Response and repair is made within the specified time. 1.1, 1.2, 1.3 Response to and repairs of service calls are timely 95% of the time. Submit Maintenance and Repair Reports Accurate reports are delivered within two business days. 1.3 95% of all reports are timely and accurate. III. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government shall reserve the right to provide replacement parts as needed to effect any system repairs. The government contracting representative shall indicate to the contractor prior to any work whether government equipment shall be provided or whether the contractor is responsible for the procurement of any required components. 3.1 SECURITY FORCE AND FORCE PROTECTION Emergency phone number is 911. Non-Emergency ? Police 257-5841/Fire 257-3033 IV. GENERAL INFORMATION. 4.1 QUALITY ASSURANCE 4.1.1 All contractor personnel who perform duties for this contract shall have three years working experience with JCI METASYS network systems operations including applications for EMS. Contractor personnel qualifications and resume to perform these services shall be submitted to the contracting officer prior to contract start date. 4.1.2 The Government representative will evaluate the contractor+s performance prior to certifying the invoice. 4.2 LOCATION: The system equipment is located in multiple facilities at Wright-Patterson Air Force Base (WPAFB), Ohio. 4.3 Contractor Personnel 4.3.1 The contractor shall not employ persons for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 4.3.2 Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Attire shall not advertise objectionable language or pictures. The contractor shall furnish an identifying badge, which shall include as a minimum, the persons name, the persons photo, and the name of the contractor. Each employee shall wear the badge on the outer clothing on the front of the body between the neck and the waist so that the badge is visible at all times. 4.3.3 The contractor shall not employ any person who is an employee of the U.S. Government if the employment of that person would create a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval according to DoDR 5500-7, Joint Ethics Regulations (JER). In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-106, Air Force Industrial Labor Relations Activities. 4.3.4 The selection, assignment, reassignment, transfer, supervision, management, and control of contractor employees in performance of this work statement shall be the responsibility and prerogative of the contractor; however, the contractor shall comply with the requirements set forth in the Performance Work Statement (PWS) and in WPAFB regulations concerning conduct of employees as referenced herein. 4.4 INSTRUCTIONS TO THE CONTRACTOR: For work to be performed, the contractor shall contact an 88ABW/CETM representative in the office of Building 20615, or via phone at 255-3360 at least 1 week in advance. 4.5 COORDINATION AND SCHEDULING: ? All work shall be coordinated with the Contracting Officer or the following government representatives: Building 20615, Quality Assurance Person (QAP) (937) 255-3221 Quality Assurance Person (QAP) (937) 255-3360 Quality Assurance Person (QAP) (937) 255-8324 Mechanical Functional Area Manager (937) 255-7349 ? The accomplishment of all work set forth in this Statement of Work, shall be coordinated by Mechanical Functional Area Staff based on the status of Energy Management Center (EMC) operations. 4.6 WORK HOURS Work shall be performed during normal working hours of 0715 to 1600 Monday through Friday, except Government Holidays and emergency situations as designated by the government. 4.7 INVOICES ? Invoices will be mailed to: 88ABW/CETM 1450 Littrell Road Wright- Patterson AFB. OH 45433-5339 ? Invoices shall state the name of the contractor, contract number, invoice number, and be broken down per contract line item as on the Bid Schedule. 4.8 FIRE PREVENTION All requirements of the National Fire Codes and Air Force Regulations must be complied with as they relate to the work. 4.8.1 USAF WELDING, CUTTING AND BRAZING PERMIT The contractor shall not perform any welding or use any flame apparatus without obtaining clearance from the Fire Inspector. The Fire Inspector may be contacted via phone at (937) 257-6933. The contractor shall notify the Fire Inspector at least 24 hours in advance of the intended use of any flame apparatus. After receiving approval, when flame apparatus is in use, the contractor shall provide fire protection devices, such as non-combustible coverings and fire extinguishers as directed by the Fire Inspector.4.9 PROTECTION OF GOVERNMENT PROPERTY AND PERSONNEL: ? The contractor shall conduct the work so that Government property, personnel, and work areas shall be protected at all times from inconvenience, damage of any nature, or injury caused by this work. ? Project Safety: The work shall be accomplished in accordance with the provisions of all Federal, State (Ohio Industrial Commission) and American Standard Safety Codes for parts of base safety and fire prevention, Air Force Regulations, and any other safety measures that may be deemed applicable by the base ground safety office. 4.10 AREA CLEAN-UP ? The contractor shall be responsible for maintaining a clean work area on a daily basis. ? Combustible wastes shall be disposed of appropriately at the end of each workday and will not be allowed to accumulate. All work areas shall be kept clean and orderly at all times. ? The contractor shall ensure that all transportation vehicles comply with Federal, State and local regulations for size and weight limitations. 4.11 ENVIRONMENTAL PROTECTION The Contractor shall not discharge fuels, oils, pesticides, or any other toxic or hazardous substance into the storm or sanitary sewers of the base. 4.12 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMATANT COMMANDER. Performance of service during crises declared by the National Command Authority. All service to be performed under the contract has been determined to be essential for performance during crises. According to Department of Defense Instruction (DoDI) 3020.37, Continuation of Essential DoD Contractor Service During a Crises, and Air Force implementation thereof, it is determined that the contractor will be required to perform during crises situations as deemed necessary by the Government. Service shall be coordinated through the Contracting Officer or Contracting Officer+s designated representative. 4.13 PERIOD OF PERFORMANCE Contract will be scheduled for a Base year and four option years starting October 1, 2003. Proposals must price the above Statement of Work. The following clauses and provisions apply: 52.212-1 and 52.212-3. Clauses 52.212-4 and 52.212-5 shall be included with any offer. In accordance with FAR 13.106-2 (b)(2), the Government may award without discussions. WPAFB intends to award to SPECTRUM CONTROL SYSTEMS INC, 11840A KEMPERSPRINGS DRIVE, CINCINNATI OH 45240-4130 Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies and Services required are available from only one or a limited number of source(s) and no other type of supplies or services will satisfy agency requirements. Mr. Michael Higgins has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Higgins can be reached at (937) 255-6006, DSN 785-6006. His address is 1790 10th Street, BLDG 572, Room 208, Wright-Patterson AFB, OH 45433. All information regarding this acquisition will be posted on the World Wide Web at http://www.pixs.wpafb.af.mil. 6 For more information on 03R0045WP--STAEFA FACILITY MANAGEMENT SYSTEM please refer to http://www.pixs.wpafb.af.mil/pixslibr/03R0045WP/03R0045WP.asp
- Web Link
-
03R0045WP-STAEFA FACILITY MANAGEMENT SYSTEM
(http://www.pixs.wpafb.af.mil/pixslibr/03R0045WP/03R0045WP.asp)
- Record
- SN00415048-W 20030830/030828213456 (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 |