Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2005 FBO #1450
SOLICITATION NOTICE

D -- Combination preventive maintenance and repair service agreement on the Tadiran Coral I and Coral II systems.

Notice Date
11/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-FA NATIONAL INTERAGENCY FIRE CENTER* 3833 S DEVELOPMENT AVE BOISE ID 83705
 
ZIP Code
80225-0047
 
Solicitation Number
RAQ064000
 
Response Due
11/28/2005
 
Archive Date
11/13/2006
 
Point of Contact
Kathleen M. Colson Contract Specialist 2083875545 kathy_colson@nifc.blm.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation #RAQ064000. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-6. This solicitation is set-aside 100% for small business. The NAICS code is 811213. The business size standard is $6 million. The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement for a combination preventive maintenance and repair service agreement on the Tadiran Coral I system, used as a conference bridge located in the Administration Building, and the Tadiran Coral II system located in the National Incident Coordination Center (NICC) offices. Service shall be required for the base period from December 1, 2005 through November 30, 2006, with an option to extend the service for four additional one-year periods (December through November, 2007 through 2010) pending price negotiations and availability of funds. The Contractor shall be a fully authorized Tadiran maintenance facility. The Contractor shall provide semi-annual preventive maintenance checks and respond to system failure calls caused by normal usage wear and tear. All parts and labor to complete the service shall be provided by the Contractor. The Contractor shall provide a maximum of 20 hours per year to add, move, and change Government owned telephones associated with the Coral II system. The Government shall provide any telephones that may be required. SPECIFICATIONS (a) Preventive Maintenance - "Preventive maintenance" defined here means semi-annual maintenance performed to keep the equipment in proper operating condition. The maintenance shall be conducted upon award at the Government site and during the months of November and April for the duration of the contract. Preventive maintenance shall include running diagnostic checks on equipment to determine the overall health of the system and taking appropriate action on any equipment anomalies observed. The Contractor shall check all connections and boards to determine proper seating and corrosion. The Contractor shall maintain a record of the condition of the equipment for future reference. (b) Service Agreement - "Service agreement" here means diagnosing and repair of inoperative equipment. The agreement shall cover repair of all equipment listed under item System Components and shall include all labor and any parts required to complete the repair. Service shall not include electrical work external to the equipment. The Contractor shall not be responsible for any repair costs including materials and labor resulting from misuse or negligence on the part of Government employees. (c) Adds, Moves, Changes - "Adds, moves, and changes" here means installing a new phone, moving a phone to a new location, or programming a phone (e.g., line appearance, class of service, class of restriction, etc.) (d) Parts - (1) Due to the emergency nature of this facility, parts shall be in ready supply to minimize down time. The Contractor shall be responsible for ordering and shipping parts to facilitate a repair. Parts shall be shipped "next day air" to keep down time to a minimum and shipment shall be at the Contractor's expense. The Contractor shall notify the Government when parts are expected so that the Government may respond to questions from management. (2) Only new standard parts, or parts equal in performance to new parts shall be used in effecting repairs. The Contractor shall use the newest revision of replacement parts compatible with the equipment being repaired. (3) The Contractor shall notify the Government of any repair valued at over 50% of the component replacement value and shall provide a list of repair costs on any equipment the Contractor considers beyond reasonable repair. The Contractor may perform the repair referenced under this section only after receiving notification from the Government to proceed. SYSTEM COMPONENTS - The following is a list of the equipment located at NIFC. The Government is running Revision 9.89 of the Tadiran software. Coral I Circuit Card Inventory, System Revision 9.89: 1ea 440824210 Coral I Basic System; 1ea 72440950500 Power Supply; 1ea 449134100 Floppy Drive Controller Card; 1ea 449131100 MSX Card; 2ea 449111100 SVC Card; 1ea 449428100 4DTR/S Card (4 Circuit DTMF); 4ea 449351100 4TEM/S Card (4 Circuit Tie Line); 1ea 449218100 8 SK/S Card; 1ea 449407100 Conference Bridge Card; 1ea 72440997000 SAU. Coral II Circuit Card Inventory, System Revision 9.89: 1ea 440819300 Coral II Basic System; 2ea 440958710 Power Supply; 5 ea 449329100 8-Trunk Card; 6ea 449218100 8-ST Card; 41ea 440941412 EKT-24B Speaker Phones; 2ea 440944712 Module 40B; 1ea 449109100 Service Card; 1ea Control MCP; 1ea 449104100 E-Prom; 1ea 449128100 Data Base; 2ea 449324100 T-1 Interface; 1ea 449428100 4 Cir DTMF; 2ea 449407100 Conference Bridge Card; 4ea 449351100 4 Cir Tie Line; 1ea 449110100 STD Card; 3ea 449221100 16 SKD; 1ea 449429100 RMI/S; 1ea 44942800 4 TDR; 1ea 449134100 FNC; 1ea 449131100 MSX. PERFORMANCE - The Contractor shall respond in accordance with the following time frames: April 1 through November 30 - 1 hour response time, 24 hours per day, 7 days per week and December 1 through March 31 - 3 hour response time, 24 hours per day, 7 days per week. SERVICE CALL PROCEDURES (a) The Contractor shall conduct the preventive maintenance between the hours of 8:00 AM and 4:00 PM, Monday through Friday, excluding holidays observed at the Government site. The Contractor shall notify the Government at least 24 hours (one day) prior to conducting the preventive maintenance service. (b) The Contractor shall be notified by the duty telecommunication specialist of a requirement for repair service. Repair service may be required after regular works hours, on weekends, and on holidays. The duty telecommunication specialist shall make arrangements for facility and grounds access if repair should be required outside of normal working hours. OPERATIONAL INSPECTION Government personnel shall perform an operational inspection of the equipment following repair to ensure the problem has been corrected. If the same problem exists after this inspection or recurs within 72 hours (three days) after being inspected, the Contractor shall re-perform the repair at no additional cost to the Government. WARRANTY The Contractor shall provide a minimum 90-day warranty on all parts and labor. The Contractor shall honor any extended warranties on parts offered by the Contractor's supplier by offering that extended warranty to the Government. The Contractor shall provide extended warranty documentation to the Government on these parts when the repair is complete. The Government may notify the Contractor by written notice of any defect or non-conformance upon its discovery. Within the 90-day warranty period, the Contractor shall re-perform the repair at no additional cost to the Government if the same problem exists after inspection, if the problem recurs, or if a new problem occurs as a result of the original repair. If the Contractor is unable to correct the problem, the Contracting Officer (CO) may seek another source to correct the problem and charge to the Contractor the cost incurred or may make an adjustment in the contract price. EVALUATION - The Government shall award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor #1 - Price; Factor #2 - Maintenance Request Processing 1. Offeror to describe the type of preventive maintenance plan to be provided if it includes service beyond that requested in solicitation; 2. Offeror to provide a statement indicating what arrangements will be made for responding to requests after normal business hours and on weekends; 3. Offeror to indicate methods and sources to be used to procure replacement items and methods to be used to ensure the lowest overall cost to the Government. Factor #3 - Past Performance Offeror to provide a list of their last three telephone maintenance service customers: 1. company/organization name 2. name of contact persons 3. telephone number. The following provisions and clauses apply to this procurement: 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER; FAR 52.204-07 - CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply; FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01, FAR 52.225-13; FAR 52.232-33; FAR 52.232-36); 52.217-2 - CANCELLATION UNDER MULTI-YEAR CONTRACTS; FAR 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (a) insert 60 days blank #1, 60 days blank #2 (c) insert 5 years; FAR 52.232-19 - AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR insert 12 months blank #1, 12 months blank #2; FAR 52.222-48 - EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION AND/OR REPAIR OF CERTAIN INFORMATION TECHNOLOGY, SCIENTIFIC AND MEDICAL AND/OR BUSINESS EQUIPMENT - CONTRACTOR CERTIFICATION. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far or upon request from the Contracting Officer. Quotes must be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, any prompt payment discount terms along with a completed copy of the FAR 52.212-03 clause and the information requested for evaluation. Quotes shall be received by November 28, 2005, 4:00pm local time to the Bureau of Land Management, National Interagency Fire Center, Attn: Kathy Colson, 3833 South Development Avenue, Boise, ID 83705-5354, by FAX at 208-387-5574 or e-mail at kathy_colson@nifc.blm gov. Contractors must be registered at http://www.ccr.gov to be considered eligible for award. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-NOV-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.fbo.gov/spg/DOI/BLM/NCR/RAQ064000/listing.html)
 
Record
SN00931362-F 20051115/051113212157 (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.