|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1997 PSA#1887USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL
61604 J -- TELEPHONE MAINTENANCE, NATIONAL ANIMAL DISEASE CENTER (NADC),
AMES, IOWA SOL 5114-7-3057 DUE 072997 POC Lori J. Houghton, (309)
681-6616 The U.S. Department of Agriculture, Agricultural Research
Service, Midwest Area has a requirement for Telephone Maintenance
Services at the National Animal Disease Center (NADC), Ames, Iowa for
the period October 1, 1997 through September 30, 1998 with four (4)
one-year option periods. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR 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.
Solicitation No. 5114-7-3057 is being re-issued as a Request for
Proposals. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Regulation
Circular 90-46. This solicitation is unrestricted; full and open
competition. Any interested offeror may submit a proposal. The Standard
Industrial Classification is 7678 with a corresponding size standard of
$18M. The statement of work is as follows: The Contractor shall provide
all labor, parts, transportation and equipment necessary to provide
maintenance on the on-premise, Government-owned telephone system
located at the National Animal Disease Center, 2300 Dayton Avenue,
Ames, IA. Maintenance shall be on a preventive (scheduled) and remedial
(routine and emergency call-out) basis. Additional system installation
services, as required, for the term of the contract shall also be
provided. Costs for these additional services shall be charged
separately at an hourly rate, portal to portal, as indicated in Section
B. Bid costs for the maintenance services shall be at a fixed annual
rate, including all parts, labor, transportation, etc. The telephone
system is a Rolm MCBX (2 cabinet) (No. AY-389P-70292-PO-E). The switch
has 561 equipped ports consisting of: 504 single line: 16 direct
trunk: 24 tie trunk; 16 Direct in Dial trunk; and 2 I/O ports.
Additionally, in 1986 a system upgrade was installed, the Rolm
Series8000 Processor, consisting of a new CPU and memory module. The
Contractor shall provide competent, experienced and highly qualified
personnel to provide the required maintenance and additional system
installation services for the contract period. When a telephone is
reported or found to be out of order, it shall be restored to service
within 24 hours after being reported. The Contractor shall make all
reasonable efforts to prevent interruptions of service. When
interruptions occur, the Contractor shall reestablish service with the
shortest possible delay. The Contractor shall inform the Government as
soon as possible of any occurrence of an unusual nature which may
result in prolonged or serious interruption of service. The Contractor
shall provide all parts associated with maintenance and additional
system installations. Spare parts shall be immediately available either
at the location of the telephone switching service facility or the
Contractor's location. Remedial emergency service calls shall be deemed
appropriate when installation within more than five (5) telephones
and/or three (3) or more circuits are involved at any one time. The
Contractor's personnel shall arrive at the Government 24 hours on a
routine service call. The Contractor shall provide emergency service 24
hours per day, seven days a week. The Contractor shall be responsible
for all contact and coordination with the telephone company concerning
maintenance of access lines, trunks, Dial Repeating Tielines (DRTL's),
Voice-Connecting Arrangement (VCA) problems, etc., and in ordering new
cable facilities for additional off-premise main station lines,
trunks, VCA's etc. However, the Contractor shall not order, install, or
place in service any type of equipment where there is an obligation of
charges to the Government, without prior written permission from the
Contracting Officer. The Government will notify the Contractor by phone
of the need for service, such as emergency or remedial maintenance as
well as additional services such as new main/extension station
installations, removals, rearrangements, augmentations to the telephone
switching service, facility, etc. For the additional services, the
Contractor shall have 5 days to begin the installation of additional
services. The Contractor shall adopt and pursue a maintenance program
to include periodic tests, inspections, and preventive maintenance
according to the recommended practices furnished by the original
equipment manufacturer. The Contractor shall maintain an accurate
written record of trouble reports made by the system users. This record
shall include appropriate identification of the user by station line
affected, the time, date, nature of the trouble and the date and time
of trouble clearance or other dispositions. Additionally, record cards,
tests and inspections, preventive maintenance schedule, equipment
failures and feature assignments per station. The Contractor shall
preserve and retain all records and reports for the term of the
contract and subsequent contract periods; they shall be made available
for the inspection and/or analysis to the Government at any time upon
request. Maintenance shall include keeping all station equipment,
ancillary equipment, and the telephone switching service facility in a
good state of repair, consistent with safe and adequate service
performance specifications as furnished by the manufacturer. Broken,
damaged or deteriorated parts shall be repaired or replaced. Adjustable
equipment shall be readjusted as necessary when found by preventive
routines or fault location tests to be in poor insulation, noise
induction, crosstalk, or poor transmission characteristics, shall be
corrected to the extent practical within the design capability of the
facility affected. Whenever the Contractor must interrupt service
during regular working hours for the purpose of working on the lines,
cable, or equipment, the work shall be done at a time which will cause
the least inconvenience to the users. Anyone who would be seriously
affected by such interruptions shall, so far aspossible, be notified in
advance. Bid Schedule: Base Year, October 1997 -- September 30, 1998,
CLIN 0001 Telephone Maintenance, 12 months; Option Year I, October 1998
-- September 30, 1999, CLIN 0001 Telephone Maintenance, 12 months;
Option Year II, October 1999 -- September 30, 2000, CLIN 0001 Telephone
Maintenance, 12 months; Option Year III, October 2000 -- September 30,
2001, CLIN 0001 Telephone Maintenance, 12 months; Option Year IV,
October 2001 -- September 30, 2002, CLIN 0001 Telephone Maintenance, 12
months. FAR 52.212-1, Instructions to Offerors -- Commercial, FAR
52.212-3 Offeror Representations and Certifications -- Commercial
Items, FAR 52.212-4 Contract Terms and Conditions -- Commercial Items,
and FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items apply to this
acquisition. The Service Contract Act of 1965 applies to this
solicitation and resultant contract. U.S. Dept. Of Labor Wage
Determination No. 94-2205 (Revision 6) is incorporated. The wage
determination includes Classifications 23930 Telecommunications
Mechanic I -- $15.59 hourly wage; and 23931 Telecommunications Mechanic
II -- $16.14 hourly wage; Health and Welfare, $1.16 per hour, or $46.40
per week or $201.07 per month. Offers will be evaluated on price and
price related factors. Offers must include a 45 calendar day acceptance
period. Offers are to be received at the USDA-ARS-MWA (Contracting
Office), 1815 North University Street, Peoria, IL 61604 by Close of
Business, July 29, 1997. The POC for this acquisition is Lori Houghton,
(309) 681-6616. (0192) Loren Data Corp. http://www.ld.com (SYN# 0051 19970715\J-0011.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|