Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

NASA/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