|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch,
Code 210.H, Greenbelt, MD 20771 D -- MAINTENANCE/REPAIR OF AUDIOVISUAL EQUIPMENT SOL 10-02315 DUE
092299 POC Barbara J. Scott, Simplified Acquisition Specialist, Phone
(310) 286-6717, Fax (301) 286-0357, Email
Barbara.J.Scott.1@gsfc.nasa.gov -- Diane Harris, Contract Specialist,
Phone (301)286-4402, Fax (301)286-0356, Email
diane.harris.1@gsfc.nasa.gov WEB: Click here for the latest information
about this notice, http://nais.nasa.gov/EPS/HQ/date.html#10-02315.
E-MAIL: Barbara J. Scott, Barbara.J.Scott.1@gsfc.nasa.gov. This notice
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; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP). STATEMENT
OF WORK: The contractor shall furnish all necessary parts, materials,
and labor to perform preventive maintenance/repair on NASA owned Audio
Visual equipment. (See Attachment 1 for a listing of the Audio Visual
equipment to be serviced. See Attachments 2, 3, 4, 5 and 6 for the
location of the equipment assigned to this contract.) Service shall be
in accordance with this statement of work and commercially acceptable
maintenance practices to keep this equipment in an unimpaired
operating condition. Regularly scheduled preventive maintenance is to
be performed during normal business hours 7:30 am -- 5:00 pm Monday
through Friday. Equipment requiring repair will be evaluated with a
cost estimate of that repair reported to the COTR before any work is
authorized. The COTR will determine if the item should be repaired or
replaced. The contractor will provide and maintain the documentation
and maintenance records of the equipment listed on Attachment 1. The
documentation will be considered NASA property and will be delivered to
the COTR upon termination of the contract. This documentation will be
subject to NASA inspection at any time. NASA Headquarters is located at
300 E Street, SW, Washington, DC 20546. This includes all NASA
Headquarters facilities with audio visual equipment listed on
Attachment 1 and located on the Concourse level and all floors up to
and including the 9' floor. In performing work under this contract, the
contractor shall provide qualified personnel to provide
maintenance/repair service to NASA owned audio visual equipment. The
contractor will be required to read and interpret audio visual
specifications for equipment performance. Within thirty work days after
the contract is awarded, the contractor shall submit to the COTR, a
proposed annual Preventive Maintenance (PM) schedule to accomplish the
PM program. The schedule shall include the locations and
identification of the equipment and dates for the scheduled PM. The
vendor of this Preventive Maintenance/Repair award shall start to
perform work under this contract no later than October 1, 1999. The
contractor shall notify the COTR, or their designee, in advance and
coordinate when PM work will require the removing from service,
opening, or dismantling of equipment or systems. There will be no
storage/stock bench of equipment or supplies available to the
contractor at the NASA Headquarters Facility. The contractor will be
required to coordinate/interface with NASA, Boston Properties (the
building owner) and other contractor personnel to acquire access to
office space, projection rooms, etc. where equipment is located in
order to provide maintenance services. The Contractor will be required
to present a detailed service report itemizing all work and services
performed to the COTR at the completion of each visit. AV-PM Equipment
Repair Service: The contractor shall be responsible for the repair of
all items identified by the government as listed on Attachment 1 as
provided. The government shall indicate to the contractor which items
will be repaired. The contractor has the authority to repair the
equipment if the cost of the repair does not exceed $200. The
contractor should consult the COTR if the repair is more than half the
value of the equipment. A written cost estimate will be provided to
the COTR if the estimate for the repair exceeds the $200 limit. The
COTR or their designee will provide the final decision on the repair or
replacement of an item. During normal business hours 7:30am -- 5:00 pm
Monday through Friday the contractor will respond to the COTR or the
designee to gain access to the Headquarters building to performthe
designated repair. The contractor must contact the COTR prior to
performing the repair as approved by the COTR. The contractor shall
provide the COTR a written report of the repair that was made, with a
listing of all the parts that were replaced. All shipment of parts to
the contractor will be billed to NASA at the rate of the delivery
service being used. If a part must be picked up, the contractor will
bill the government at the cost incurred by the contractor. "Repair
Service" is defined as all requested unscheduled work outside of the
preventive maintenance requirements normally performed by the
contractor. Electronic Technician: This position serves a variety of
electronic equipment designed for audio and video distribution such as
the installation and maintenance for the general distribution and
utilization of the electrical equipment for production support. The
work involves but is not limited to the following: installing on any of
a variety of electrical equipment such as televisions, video recorders,
audio recorders, video/data projectors, screens, interface units, sound
systems, video cameras, amplifiers, microphones and switchers. Works
with maintenance instruction manuals, block diagrams, blueprints and
other manufacturer specifications for diagnosing electrical systems;
and uses a variety of electrical tools, measuring and testing devices
to perform the work. This position requires a formal manufacturers
training program or equivalent and previous experience and a formal
apprenticeship or training experience of 1 year of electronics repair
and maintenance. Additional Requirements: Due to the ongoing
upgrading/replacement of NASA's audio-visual equipment, the equipment
listing will not be limited to those items under Attachment 1. All
debris from work sites shall be disposed of by the contractor. Disposal
of hazardous material shall be in accordance with all applicable laws
and regulations. Training and Certification: All personnel assigned to
work on this contract shall be licensed and certifiedto service the
equipment listed in Attachment 1. Safety Requirements: The contractor
shall maintain a safe and secure working environment at all NASA
Headquarters locations. All work performed shall be accomplished in
such a manner as to maintain standards of safety in accordance with all
applicable safety codes, including but not limited to the National
Electrical Code, OSHA Regulations and applicable Government rules and
regulations. The NASA Headquarters Facilities and Security Branch, COTR
or designee, shall be notified immediately of any incidents occurring
in the NASA facility. Appearance: The contractor shall ensure that its
employees present the best possible appearance at all times while
performing work at the NASA Headquarters Facility. All contractor
personnel shall wear the proper NASA identification badges at all times
while in the facility. Security: All personnel performing on this
contract shall comply with security regulations of NASA Headquarters,
including the wearing of badges. Security requirements for Contractor
employees working at NASA Headquarters will include submission of
sufficient background information to permit the accomplishment of
pertinent inquiry verification of data contained therein. The
contractor and its employees will be required to cooperate with all
NASA and Federal property management regulations. AV-PM PREVENTIVE
MAINTENANCE REQUIREMENTS The contractor shall perform preventative
maintenance functions as specified in the schedule as follows: SCHEDULE
1, PREVENTIVE MAINTENANCE ON MULTIMEDIA VIDEO/DATA PROJECTORS Scheduled
Preventive Maintenance inspections on nine (9) 3M projectors located in
MIC 5 (51-146), MIC 7 (71-146), and the Program Review Center (91-140).
There are also three ASK projectors in MIC 6 (61-146) and three
Hughes/JVC projectors in the NASA Headquarters auditorium that will
need Preventive Maintenance inspections. In the Administrators Suite
(9F44) there are two (2) N view D-705 projectors that will need
scheduled maintenance. The maintenance on these units shall be provided
quarterly. The proper checking and verifying performance on all
projectors listed on Attachment 1 in accordance with the manufacturer's
specifications, original design criteria and maintenance practice will
be followed. Examination, adjustment, and calibration of all
projectors and components including, video and audio cables, projection
lamps, fuses, clean lenses, batteries, check filters and ventilation
holes, remote control units, picture brightness and color, computer
connections and interface computer/projector units. SCHEDULE 2,
PREVENTIVE MAINTENANCE ON VCR'S, TELEVISIONS AND MONITORS Scheduled
Preventive Maintenance inspections on videocassette recorders (VCR's)
and televisions/monitors as listed on Attachment 1. The maintenance on
these units shall be provided semi-annually, two (2) times per year.
The verification and checking of the performance on all these
televisions/monitors and VCR's will be followed by the manufacturer's
specifications and proper maintenance practice's.Examination,
adjustment, replacement, repair and calibration of all equipment and
components including: picture performance for color, contrast,
brightness, vertical and horizontal hold, audio quality, audio and
video cables (input and output). VCR's should be inspected for clean
heads, recording quality, picture playback quality, color quality,
recommended audio frequencies and lubrication according to
manufacturer's specifications. AV-PM SCHEDULE 3, PREVENTIVE MAINTENANCE
ON AUDIO EQUIPMENT Scheduled Preventive Maintenance inspections on all
microphones (wired and wireless), amplifiers, sound monitoring systems
and equalizers listed on Attachment 1, shall be performed quarterly,
four (4) times per year. A visual inspection of the above listed items
for cleanliness and damage should be performed to identify and
eliminate dust and debris. Inspect all cables and wires for signs of
damage, tighten all cables and wires and check all fuses. Make certain
that all power connections are secure and all audio connections carry
the proper signal as determined in the manufacturer's specifications.
Clean all fans, filters and grilles, tape players and recorders should
have their heads and tape paths cleaned to prevent signal degradation.
Determine that all power cables and audio cables are safely stored and
properly run to their terminals and power sources and are securely
plugged in. Test to determine that all circuit breakers in the system
are working properly. SCHEDULE 4, PREVENTIVE MAINTENANCE ON VIDEO
CAMERA EQUIPMENT Scheduled Preventive Maintenance inspections on camera
equipment listed on Attachments 5 & 6, as recommended by the
manufacturer's specifications. This equipment shall be inspected
quarterly, four (4) times a year. A visual inspection of the above
listed items for cleanliness and damage should be performed to identify
and eliminate normal dust and debris. Inspect all cables and wires for
signs of damage, tighten all cables and wires and check all fuses.
Complete a front to back alignment of the cameras, camera control units
and camera power supply equipment as detailed in the specifications
provided by the manufacturer. Inspect and calibrate all connectivity to
the AMX control system as recommended by the manufacturers
specifications. AV-PM SCHEDULE 5, PREVENTIVE MAINTENANCE ON SCREENS AND
ELECTRONIC COPYBOARDS Scheduled Preventive Maintenance inspection on
screens and copyboards listed on Attachments 2, 3, 4, 5 and 6 should be
performed semi-annually two (2) times per year. Visually inspect all
surfaces for scratch's, tears or blemishes that could distort projected
images. Clean or repair all surfaces that require service based on the
manufacturer's specifications. Lubricate and calibrate all power
systems not performing at the manufacturers recommended specifications.
(END OF STATEMENT OF WORK) The following technical factors are
applicable to this procurement: A. Personnel Resources. This factor
will be evaluated to determine the qualifications of the contractor
personnel proposed to complete the work effort, with the premise that
more highly qualified individuals will improve the work product to the
Government. The Offeror should provide a resume and references for the
author(s). Maximum two pages per resume and six references. All
references shall include telephone numbers. References that cannot be
located will not be evaluated. B. Corporate Experience and Past
Performance. This factor will be evaluated for depth and relevance to
the work to be performed under this solicitation. The quality of the
offeror's past performance will be evaluated to assess the probability
for providing high quality services to NASA and successfully managing
the contract. The Offeror should provide a list of previous
publications of similar nature and where they are available. List of
previous publications shall not exceed (six) most recent publications.
C. Intrinsic Merit. This factor will be evaluated for completeness,
reasonableness, likelihood for successful performance, and insight.
Special consideration will be given toproposals that indicate specific
methodologies and consideration of all the steps involved in preparing
an academic manuscript. The Offeror should provide a summary of the
specific approach they would undertake to perform the work requirements
as set forth in this synopsis. This summary shall not exceed (five)
pages. The provisions and clauses in the RFQ are those in effect
through FAC 97-13. This procuremet is a total small business set-aside.
See Note. 1. The SIC code and the small business size standard for this
procurement are 7389 and $5.0, respectively. The quoter shall state in
their quotation their size status for this procurement. All qualified
responsible business sources may submit a quotation which shall be
considered by the agency. Delivery shall be FOB Destination. Quotations
for this procurement described above are due by 3:00 p.m., September
23, 1999. Quotations are to be mailed to NASA/Goddard Space Flight
Center, Headquarters Acquisition Branch, Mail Code 210.H, Attn: Barbara
Scott, Building 17, Room S120, Greenbelt, Maryland 20771 (Phone Number
301 286-6717). Include in your quotation the solicitation number, FOB
destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any special commercial
terms, and be signed by an authorized company representative. Quoters
are to mail 2 copies of their quotation/proposal. Quoters are
encouraged to use the Standard Form 1449, Solicitation/Contract/Order
for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html. to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.212-3
may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52-212-4 is
applicable. FAR 52-212-5 is applicable and the following identified
clauses are incorporated by reference. 52.222-3 Convict Labor (E.O.
11755); 52.233-3 Protest after Award (31 U.S.C. 3553); 52.222-44 Fair
Labor Standards Act and Service Contract Act -- Price Adjustment;
52.222-26 Equal Opportunity (E.O. 11246); 52-222-35 Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212);
52-222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793);
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212); 52.225-3 Buy American Act --
Supplies (41 U.S.C. 10). Questions regarding this acquisition must be
submitted in writing no later than September 8, 1999. Award will be
based upon overall best value to the Goverment, with consideration
given to the factors of proposed technical merits, personnel resources,
price and past performance; other critical requirements (i.e.,
delivery) if so stated in the RFQ will also be considered. Unless
otherwise stated in the solicitation, for selection purposes,
technical, price and past performance are essentially equal in
importance. It is critical that offerors provide adequate detail to
allow evaluation or their offer (see FAR 52-212-1(b). Quoters must
provide copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor the following Internet site for the release
of amendments (if any): http://procurement.nasa.gov/EPS/HQ/class.html
Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Oral communications will not
be accepted in response to this notice. Posted 08/31/99 (D-SN374761).
(0243) Loren Data Corp. http://www.ld.com (SYN# 0032 19990902\D-0012.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|