Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOURCES SOUGHT

J -- Telephone Refurbishing and Repair

Notice Date
12/8/2008
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
09X300002
 
Point of Contact
JehovahKearse Jr.,, Phone: 301-443-3336, Rosanna Browning,, Phone: 301-443-6931
 
E-Mail Address
jehovah.kearse@psc.gov, Rosanna.Browning@psc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of HUBZone Small Business firms and Service-Disabled Veteran-Owned Small Business firms to provide Telephone Refurbishing Services. This requirement is for the refurbishment of telephones and telephone equipment. The Vendor will be required to test telephone equipment, electronically, to determine the defects, supply necessary parts to repair all defects, retest the equipment to ensure that all manufacturer factory specifications are met, make cosmetic repairs, and clean and box the equipment. When requested by the Government, the Vendor shall convert the AT&T Integrated Services Digital Network (ISDN) 8000 equipment from custom to national mode. The work shall be performed: (1) at the Vendor's facility, (2) in accordance with the Vendor’s formalized quality control program and (3) by personnel that have undergone formal training by either the equipment manufacturer or a certified training institution. The Vendor shall pick up, perform the required services, and return the equipment within fifteen (15) workdays from the date a task order is issued. All equipment shall be picked up from and returned to: HHS/Personal Property Facility, 16071 Industrial Drive, Gaithersburg, MD 20877. The Vendor shall be responsible for the equipment while it is in the Vendor’s possession or until it is received and accepted by the Government. The following list of equipment is for establishing the availability and capability of telephone refurbishing and repair services. This list is not all-inclusive nor is it a guarantee of the types of equipment that may require repair/refurbishment. Contract Line Item Number (CLIN) CLIN DESCRIPTION 1A2 KEY EQUIPMENT AND TELEPHONES 001 PANEL 002 90b POWER SUPPLY 003 400 SERIES CIRCUIT BOARD 004 2500 SERIES TELEPHONE 005 2565 SERIES TELEPHONE NORTHERN ELECTRONIC TELEPHONES 006 M8300 NORTEL TELEPHONE 007 M8400 NORTEL TELEPHONE 008 M9200 NORTEL TELEPHONE 009 M9300 NORTEL TELEPHONE 010M9400 NORTEL TELEPHONE LEGEND 011AT&T M/L KEY TELEPHONE 012MYLAR UPGRADE-CLIN 011 013 AT&T M/L CRT BOARD 014 AT&T T-1 CSU CIRCUIT BOARD ISDN SETS AND EQUIPMENT 015 AT&T SERIES 6000 TELEPHONE 016 AT&T SERIES 7000 TELEPHONE 017 AT&T SERIES 8000 TELEPHONE 018AT&T NT-1 ALL MOUNTINGS 0191145-B POWER PLANT 020MYLAR UPGRADE-CLIN 016 ISDN EQUIPMENT 021 FUJITSU SERIES 1050 TELEPHONE 022 FUJITSU SERIES 2000 TELEPHONE 023 FUJITSU SERIES 2100 TELEPHONE 024 FUJITSU SERIES 9912 TELEPHONE 025 FUJITSU SERIES 9924 TELEPHONE 026 FUJITSU ADD-ON BUTTON MOD. TONE COMMANDER ISDN EQUIPMENT 027 TONE COMMANDER SERIES 6210-U 028 TONE COMMANDER SERIES 6210-T 029 TONE COMMANDER SERIES 6220-U 030 TONE COMMANDER SERIES 6220-T ISDN CONVERSION SERVICES 031 AT&T SERIES 8000 VOICE ISDN SETS CONVERSION TO NATIONAL MODE 032 AT&T SERIES 8000 VC/DT ISDN SETS CONVERSION TO NATIONAL MODE 033 TELEPHONE SET DESIGNATION STRIPS FOR AT&T SERIES 7000/8000 ISDN SETS The anticipated contract period is for a 12-month Base Year, with four 12-month Option Years. The previous contractor for this requirement was Atlantic Solutions, Inc, 7517 White Pine Road, Richmond, Virginia 233237. The North American Industry Classification System (NAICS) code is 811213 and the small business size standard is average annual receipts for the preceding three fiscal years not in excess of $7 million. Vendors must possess the following capabilities. Provide a detailed description of your company’s (including its teammates, if applicable) experience and demonstrated abilities to meet (address each separately) the following capabilities: (1.) Possession of original equipment manufacturer (OEM) documentation/specifications, (2.) Turnaround time of 15 days form date of task order issuance, (3.) Qualifications of technicians, (4.) Capability to test, electronically, the telephone equipment to determine defects, (5.) Access to replacement parts to repair all defects, (6.) Pickup and return equipment to the designated pickup address. Interested HUBZone and Service Disabled Veteran Owned small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above and provide evidence that the vendor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (“Limitations on Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: (1) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. (2) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. (3) Business size for NAICS 811213 (size standard $7 million) and status, if qualified, as a HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). (4) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. (5) Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are requested as well. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below, by 3:00 PM Eastern Standard time on Tuesday, December 23, 2008, for consideration. Responses to this notice must be submitted via electronic mail (e-mail) to the Contract Specialist. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and PSC may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Jehovah Kearse Jr., Contract Specialist; Telephone: (301) 443-3336; Fax: (301) 443-1004; E-mail jehovah.kearse@psc.hhs.gov. Rosanna Browning, Contracting Officer; Telephone: (301) 443-6931; Fax (301) 443-1004; E-mail: rosanna.browning@psc.hhs.gov. Contracting Office Address Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, MD 20857
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f92ba2f7d4a728136242dedf09df5701&tab=core&_cview=1)
 
Place of Performance
Address: United States
 
Record
SN01715262-W 20081210/081208220211-f92ba2f7d4a728136242dedf09df5701 (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 |
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.