SOLICITATION NOTICE
D -- Non-personal service contract for maintenance and repair of 2 servers (HP Rx5670 and HP4640) IAW with attached PWS.
- Notice Date
- 8/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8501-06-Q-0125
- Response Due
- 9/18/2006
- Archive Date
- 10/3/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote No. FA8501-06-Q-0125. NAICS Code: 811212 Place of Performance/FOB: Robins AFB, GA. Period of Performance: Basic: 12 months from award plus 4 annual option years. SERVICE REQUIREMENTS: Solicitation for annual maintenance support of HP server Rx5670 and HP Rx4640 IAW attached PWS. The following clauses apply and may be accessed at http://farsite.hill.af.mil 52.212-1 ? Instructions to Offerors ? Commercial; 52.212-2 ? Evaluation ?Commercial Items-Price and only price related factors; all or none; 52.212-4 ? Contract Terms and Conditions ? Commercial Items; 52.212-5 ? Contract terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration 252.204-7004 ? Required Central Contractor Registration 252.212-7001 ? Contract terms and Conditions Required to Implement Statutes or Executive Orders; checked clause is 252.219-7003 52.219-27- Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 5352.242-9000-Contractor Access to Air Force Installation ORCA registration is required for award ? http://orca.bpn.gov/--this replaces certifications and representations Offerors are to submit contract numbers, commercial points of contact (including telephone numbers/email addresses) and dollar figures for two similar contracts within the last two years. Numbered note 29 applies (Service-Disabled Veteran-Owned Small Business Set-aside RESPONSE TIME: Quotes are due: 18 Sept 06 Contact: Peter Wynkoop/PKB at E-Mailed : Peter.Wynkoop@robins.af.mil BUYER: Peter Wynkoop, (478) 222-0958. PERFORMANCE BASED SERVICE ACQUISITION Hardware/Software Maintenance (HP) 1.0 DESCRIPTION OF SERVICES. WR-ALC/IT has a requirement for Hardware/Software maintenance is required to support Hewlett Packard systems located in Building 228. 1.1 Requirement: The contractor shall perform all remedial maintenance, preventive maintenance, calibration, certification and repair as specified in applicable original equipment manufacturer's official publications to keep the equipment listed in the PSW in a serviceable condition. 1.2 Scope: The contractor shall furnish all labor, transportation, material, tools, and spare parts to provide maintenance for each HP system specified. 1.2.1 Remedial maintenance consists of needed repairs when failure of components renders it unusable by the government. Repair shall be accomplished during the service coverage on-site. On-site response for remedial maintenance shall be within two (2) hours after the contractor has been notified. This equipment must be operational within four (4) hours after notification. If any equipment covered by this contract remains inoperative for longer than eight (8) consecutive Principal Period of Maintenance (PPM) hours, the contractor shall grant credit to the government provided the downtime was not the result of causes external to the machine. Such credit shall be given for an inoperative machine and for any other interconnected equipment covered under this contract, which is unusable as a result of the breakdown. The amount of credit per day shall be 1/30th of the monthly maintenance charges of the machines for each day a machine is inoperative. Reduction of maintenance for inoperative periods of less than one day after initial 8 PPM hours will be prorated. Downtime for the purpose of establishing maintenance credits shall start when the government notifies the contractor at the prearranged contact point. Downtime shall end when the machine is returned to proper operating condition. Monthly effective performance is calculated by dividing the PPM Hours Available by the number of PPM Hours Possible and multiplying by 100. When downtime credits are due, the total number of hours to be credited shall be accumulated for each month and adjusted to the nearest full half hour. Any credits due the government may be applied against the contractor's invoices with appropriate information attached. 1.2.2 All equipment shall be repaired at Robins AFB, GA, if possible. If any equipment cannot be repaired on-site, it may be removed and transported to the contractor?s repair center at no additional cost to the government. Contractor must sign an AF Form 1297, Temporary Issue Receipt, to the government's designated representative before equipment can be removed from the site. Contractor is responsible for equipment after removal from the government site, until it is returned in proper operating condition to the government. Preventive Maintenance (PM) shall be performed semi-annually maintaining the equipment within original operating specifications and using established original equipment manufacturer's maintenance routines. The government's designated representatives who have final approval of the day and time of the PM shall be contacted by the contractor to schedule PMs. 1.2.3 The contractor shall be able to obtain all necessary parts within 24 hours of need definition. Parts will be carried for normal usage items. Since these requirements may change, items that are lower usage shall be expedited to the government's site or contractor's service personnel by air or most expeditious means at contractor's expense. 1.2.4 The contractor shall have access and provide to the government all OEM hardware updates such as Field Change Orders (FCOs) and Engineering Change Orders (ECOs); and OEM documentation updates that become available to the current configuration of the equipment. Using OEM?s hardware kits and technical data, these updates shall be installed by the contractor in a timely manner such that new software releases dependent on a given FCO/ECO level will operate properly when installed on the HPs. Manufacturer's documentation and documentation updates shall be used by the contractor to accomplish all work pertaining to this PWS. 1.2.5 At the conclusion of a service call, the contractor shall provide a field service report to the government's designated representative. This report shall be signed by the contractor personnel performing the work and by the government's designated representative. The contractor shall indicate in the report the service call date and time of notification, of response, and of resolution. The contractor shall also indicate in the report the problem, the resolution, number of labor hours, and parts repaired or replaced. 1.3 SOFTWARE. 1.3.1 The contractor shall provide maintenance and enhancement releases to all OEM software in this PWS as they become available for general release, including, where suitable, information relating to the availability of code corrections, identified workarounds procedures and limitations pertaining to supported software products. As identified in this PWS, all OEM software media (disks, tapes, CD ROMs, etc.) and OEM documentation (hard and soft) shall be provided for the equipment contained in this PWS when released. 1.3.2 The contractor shall provide toll-free telephone access for software support calls as well as consultation to the government's designated representatives during the service coverage. The response time for a software support call shall not exceed two (2) hours. Recording devices are acceptable if one of the government's designated representatives is notified within one (1) hour that the software support call was received, and the two (2) hour response time is not exceeded. The contractor is only obligated to respond to software support calls from the government's designated representatives. 2.0 SERVICE DELIVERY SUMMARY. The contractor shall provide toll-free telephone access for software support calls as well as consultation to the government's designated representatives during the service coverage. The response time for a software support call shall not exceed two (2) hours. Recording devices are acceptable if one of the government's designated representatives is notified within one (1) hour that the software support call was received, and the two (2) hour response time is not exceeded. The contractor is only obligated to respond to software support calls from the government's designated representatives. Performance Objectives PWS Para. Performance Threshold Provide on-site support within 2 hours of notification 1.2.1 No more than 2 instances of late on-site support Operational equipment within 4 hours 1.2.1 No more than 2 instances of non-operational equipment within 4 hrs 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide to the contractor the equipment to be serviced, required system time with ready access, adequate working space and power outlets for use by contractor service personnel, and the provisioning and disposal of supplies used for maintenance purposes. 4.0 GENERAL INFORMATION: All service work shall be performed by certified factory trained service personnel. The contractor shall supply a training certificate for each service personnel to the government's designated representative. The contractor shall be provided with an escort for entry into Bldg 228 for access to the hardware listed in this PWS. The contractor shall provide the following information to the WR-ALC/IT Security Officer so as to allow entry into the Bldg 228 complex. The contractor shall provide no less than two (2) hours advanced notice to the government's designated representative for entry to the Bldg 228 complex prior to arrival to allow for visitor notification in a secure area. The following information shall be submitted for contractor personnel normally servicing the equipment for the contract term. In the event contractor personnel require access who have not submitted this information, the information shall be provided at the time of need. a) Name, address, point of contact, and phone number of contractor (security officer) b) Full name of contractor personnel to be visiting Bldg 228 - Place and date of birth (if POB is not within US, furnish naturalization information) - Citizenship - Social Security Information - Job title or position - Security clearance level, date, and issuing agency - Name and signature of security officer, personnel officer, or personnel authorized to verify employment with company c) Purpose of visit (repair contract) d) Existing contract number e) Name of person to be visited (point of contact in Bldg 228) f) Period during which request is to be valid (not to exceed 1 year) The information shall be sent to: WR-ALC/ITBR Attn: Antuanette Foster, Security Officer 205 Perry St, Suite 100 Robins AFB, GA 31098 GOVERNMENT POINTS OF CONTACT (POCs) are: a. Primary: Christine Feeley, (478) 222-3714 b. Alternate: Debby Kinman, (478) 926-8589
- Place of Performance
- Address: 235 BYRON STREET, BLDG 300 WW, BAY B, , PLEASE CALL 478-222-0958 OR EMAIL: peter.wynkoop@robins.af.mil for a formatted PWS.
- Zip Code: 31098-1611
- Country: UNITED STATES
- Zip Code: 31098-1611
- Record
- SN01124719-W 20060826/060824221137 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |