|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1999 PSA#2437General Services Administration, Federal Technology Service (FTS),
Technical Support Division (7TR/T-5), 819 Taylor Street, Room 14A02,
Fort Worth, TX, 76102 70 -- MAINTENANCE AND SUPPORT SERVICES FOR MICRO SUPER MAGNETIC ENERGY
STORAGE (SMES) DEVICES SOL 7TF-99-0033 DUE 093099 POC Elaine Lacker,
Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, Email
elaine.lacker@gsa.gov -- Elaine Lacker, Contracting Officer, Phone
(817) 978-6142, Fax (817) 978-4739, Email elaine.lacker@gsa.gov WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=7TF-99-0033&L
ocID=319. E-MAIL: Elaine Lacker, elaine.lacker@gsa.gov. 17(i). This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, the test program in FAR
Subpart 13.5, and FAR Part 15, 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!! 17(ii). Solicitation Number
7TF-99-0033 Request for Proposal!! 17(iii). This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-12!! 17(iv). This is a full and open
procurement under SIC 7378 Computer Maintenance and Repair!! 17(v).
There are several contract requirements, which are not optional:
REQUIREMENTS LISTED!! 17(vi). Description: The purpose of this Request
for Proposal is to acquire the following maintenance services: The
following maintenance and support services are required: (i) Scope.
This Statement of Work (SOW) is in support of the Defense Megacenter at
Oklahoma City. The specific tasking to be accomplished under this SOW
is to provide maintenance and support services for the MICRO Super
Magnetic Energy Storage (SMES) devices (Units 1 & 2) (ii) Location of
Work to Be Performed. DMC Oklahoma City, 8705 Industrial Blvd., Bldg.
3900, Tinker AFB, OK 73145, Technical POC Mike Zeckser, Telephone (405)
739-3024 (iii) Responsibilities of the Contractor. (1)Maintenance
Service The contractor shall support and maintain all hardware
components provided under this Contract. The Contractor shall provide
on-call maintenance (remedial and preventive), tools, labor and parts
and shall keep the equipment in good operating condition. The
Contractor shall designate an individual(s) as point of contact to
respond to calls from the Government for the notification and technical
resolution of maintenance problems. This Point of Contact shall be
available during the Principal Period of Maintenance (PPM), which in
this case is 0000-2400, seven (7) days per week. The Contractor, no
later than 7 days after contract award date, shall furnish the
Government with the names, addresses, and telephone numbers of the
Primary and Alternate Point of Contact (2) Period of Performance.
Period of Performance for Maintenance is 24 hrs x 7 days a week, for
anticipated contract period 07 Oct 1999 through 06 Oct 2000. The
maintenance charge shall entitle the Government to on-call maintenance
with a four hour response 24 hours per day. (3) Security Clearance.
The contractor shall have "escorted" entry into the SMES enclosures
within the maintenance yard for all site visits. The security office
shall be notified prior to these scheduled PM with a "site visit"
letter stating the date of visit, the name(s), social security
number(s), and security clearance(s) of each involved company
representative. The Contractor shall observe and comply with all
security provisions in effect at the facility. Any required
identification badges will be worn and displayed at all times by
Contractor personnel. (iv) Tasks.(1) Preventive Maintenance (PM) shall
be performed during the principal period of maintenance. PM shall
include three (3) estimated site visits per unit/enclosure in FY-00 to
provide four, eight, and twelve month maintenance activities. This
frequency is based on historical data from field operations, and is
largely driven by the health of the helium "liquefier" cold-box. System
performance as predicted from performance monitoring may allow a longer
interval than four (4) months between scheduled preventative
maintenance. The performance of the PM shall be scheduled on a mutually
agreeable basis as much as possible. PM shall be performed so as not to
interfere with the Government's operation. Replacement of damaged
equipment/media due to Contractor's error or negligence shall be at the
Contractor's expense. (2) Remedial Maintenance. Remedial Maintenance is
defined as unscheduled maintenance intended to eliminate an existing
malfunction. When equipment becomes inoperative the Government shall
notify the Contractor that remedial maintenance should be performed.
The Contractor shall provide the Government with a designated point(s)
of contact and make arrangements to enable its maintenance
representative to receive such notification, or provide an answering
service or other continuous telephone coverage to permit the Government
to make such contact. (Refer to paragraph (iii)(1)). Additional
maintenance trips may become necessary for electrical or mechanical
equipment repair or adjustment. This maintenance activity is key to
assuring full operational availability. Scheduling of these activities
is based on performance monitoring, customer feedback, or Contractor
technician observation during sustaining operation visits, rather than
elapsed time. If a unscheduled repair becomes necessary at a time not
coinciding with a scheduled maintenance activity, a scheduled visit to
inspect, repair or replace any marginal components would be required to
prevent a failure. (3) Performance Monitoring. Performance Monitoring
shall be accomplished each day during the workweek, the contractor
shall interrogate the a low speed file from the Tinker AFB MSMES units.
From this interrogation, a "STATUS RECORD" shall be maintained to track
subsystem health. Contractor will use this data to predict and schedule
any preventative measures, as described above. As the second part of
performance monitoring, the contractor shall collect and analyze
high-speed data from carryover events. Carryover reporting/analysis
shall be conducted as soon as possible after receipt of the high-speed
file. Carryover summaries shall be provided to DMC-OKC site. (v)
Responsibilities of the Government. (1) Government personnel shall not
perform maintenance or attempt repairs to the system equipment unless
such action is agreed to by the Contractor. (2) The Government will
permit contractor personnel access to the equipment, subject to
security regulations. (3) The Government will provide time for
contractor sponsored modifications after being notified by the
Contractor. The time required to make the modification shall be outside
the prime system operating hours. (vi) Definitions. (1) "Principal
Period of Maintenance" -- (PPM) is defined for this action as 24 hours
per day, 7 days per week. (2) "Preventive Maintenance" -- (PM) is
defined as scheduled maintenance on hardware intended to prevent
malfunctions from occurring. (3) "Remedial Maintenance" -- (RM) is
defined as unscheduled maintenance intended to eliminate an existing
malfunction. 17(vii). Period of performance is October 7, 1999 through
October 6, 2000. Place of Delivery and Acceptance is: DMC Oklahoma
City, 8705 Industrial Blvd., Tinker AFB, OK 73145, Attn: Mike Zeckser,
405-739-3024. FOB destination!! 17(viii). Solicitation provision at
FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 1999)
is hereby incorporated by reference.!! 17(ix). The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitationwill be most
advantageous, representing the best value to the Government price and
other factors considered. The following factors shall be used to
evaluate offers: Evaluation will be based on (1) Technical (a)
Technical capability of the item offered to meet the Government
requirement (b) Past Performance (see below) and (c) Delivery Terms --
ability to meet required delivery schedule and (2) Price. Factors are
listed in their relative order of importance. Past performance will be
evaluated as follows: Evaluation of past performance shall be based on
information provided by the offeror (see below) and any other
information the Government may obtain by following up on the
information provided by the offeror and/or through other sources (i.e.,
offeror's performance on previously awarded FAST delivery
orders/contracts and/or contracts with other Government entities). The
offeror must identify two Federal, state, or local government and
private contracts or delivery/task orders for which the offeror has
performed work similar to the statement of work in this solicitation.
References should include the most recent contracts completed within
the last two years. The offeror shall provide a point of contact,
current telephone number and fax number for each contract. This list is
due by the date established for receipt of proposals. 17(x). Offeror's
are reminded to include a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items (JUN
1999) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and
Conditions -- Commercial Items (MAY 1999), is hereby incorporated by
reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(MAY 1999), is hereby incorporated by reference. The following
paragraphs apply to this solicitation and any resultant contract
(b)(5)52.219-8, (b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36,
(b)(15)52.222-37, (b)(16)52.225-3, (c)(1) 52.222-41.!! 17(xiii).
Additional Contract Terms and Conditions applicable to this procurement
are: (i) N/A (ii) Type of Contract: A firm fixed-price definite
quantity, definite delivery contract will be awarded. (iii) Period of
Performance: October 7, 1999, through October 6, 2000.!! 17(xiv). The
Defense priorities and Allocations Systems (DPAS) assigned rating for
this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated
offers one original must be submitted to GSA, FAST, 7TF, 819 Taylor
Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker,
Contracting Officer at or before 4:30 p.m.(CST), September 30, 1999.!!
17(xvii). Contact Elaine M. Lacker at 817/978-6142.!! Posted 09/20/99
(D-SN382321). (0263) Loren Data Corp. http://www.ld.com (SYN# 0291 19990922\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|