Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2000 PSA #2692
SOLICITATIONS

D -- PREVENTATIVE MAINTENANCE AND INSPECTION OF CENTRAL PLANT COMPUTER SYSTEM

Notice Date
September 21, 2000
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
ZIP Code
80912-3049
Solicitation Number
FA2550-00-Q-0619
Response Due
September 27, 2000
Point of Contact
Lonnie Sell, Contracting Specialist, Phone 719-567-3430, Fax 719-567-3438, Email lonnie.sell@schriever.af.mil -- Lois Anderson, Contract Specialist, Phone 7195673454, Fax 7195673438, Email
E-Mail Address
Lonnie Sell (lonnie.sell@schriever.af.mil)
Description
(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The 50 Contracting Squadron intends to award a Sole Source Acquisition for Maintenance and Repair of the Central Plant Computer System. (ii). The proposed action is issued as a request for quotations under FA2550-00-Q-0619. (iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. (iv). The Standard Industrial Classifications Code for the work associated with this synopsis is 7389. (v) CLIN 0001 The contractor is to furnish all labor, tools, materials, facilities and transportation necessary to provide maintenance on the Central Plant Computer System to include updates during the period of 1 October 2000 to 30 September 2001. CLIN 0001 quantity is one (1) and the unit of measure is ea. . (vi). All work is to be performed in accordance with the Statement of Work as noted herein. Preventative maintenance and inspection shall be performed quarterly. Statement of Work _ 1.1 Preventative maintenance and inspection: Contractor shall provide preventative maintenance and inspection as follows: 1.1.1 Perform and maintain required calibrations on all Watt transducers (Paladin) to include replacement of a faulty transducer if needed. Perform all hard wire maintenance to the transducer through the controller. 1. 1.2. Adjusting and testing the programs normal outages and exercise mode and make modifications as determined by the Air Force. 1.1.3. Be on site in the plant 30 minutes before normal programmed outages for a briefing. Plan for a restoration of power to the power plant or base after outage. 1.1.4. Provide on site training to plant operators for 16 hours (Training shall be on various shifts at the request of the plant supervisor or power production work leader.) to and including but not limited to all training materials, troubleshoot the system and normal operation of the computer system. 1.1.5. Provide a printout of all alarms and verify their purpose. Correct all alarms and update program if needed. 1.1.6. The contractor will maintain all the CPCS hardware, all wiring and communication lines. 1.1.7. Parts will be supplied by the Air Force at no cost to the contractor to repair the automate system. 2.0 Debugging: Debugging of the CPCS computer system to repair a server malfunction that limits the testing of the generators or enables the computer system to operate correctly. (vii). The Period of Performance is 1 October 2000 to 30 September 2001, and the place of performance is Schriever AFB, Colorado. (viii) The provisions at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix). 52.212-2, Evaluation -- Commercial Items applies to this acquisition with the evaluation factors of past performance and price, which are weighed equally and price must be considered fair and reasonable. The Government reserves the right to award to other than the low offeror. (x). The offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (xiii). The following clauses are also applicable FAR 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts of Management, Calibration and or repair of Certain Information and Technology, Scientific and Medical and or Office and Business Equipment Contractor Certification, as amended; FAR 52.223-3 Hazardous material Identification and Material Safety Data; FAR 52.223-11 Ozone Depleting Substances; FAR 52.223-5 Pollution Prevention and the Right to Know Information; FAR 52.223-6 Drug free Workplace; FAR 52.203-6 Restrictions on Subcontract Sales to the Government with Alternate I; FAR 52.203-10 Price or Fee Adjustment of Illegal or Improper Activity; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantage Business Concerns; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.225-7001 Buy American Act and Balance of Payments Program. (xiv). All responses to this request for quotations are due to this office no later than 4 p.m. local time on 27 September 2000. All responses need to be sent to 50 Contracting Squadron/LGCA, 300 O_Malley Blvd., STE 49, Schriever AFB, CO 80912-3049. Offerors are reminded to mark their submission with the point of Contacts name and solicitation number for proper routing. Fax responses are accepted and can be sent to (719) 567 _ 3438, clearly marked for the attention of the Point of Contact. (xv). The Point of Contact for this solicitation is SSgt Lonnie Sell, (719) 567 _ 3430, or SSgt Leo Lombardo, (719) 567 _ 3450. (xvi). All offers shall include the pricing information requested in item (v) above, as well as the representations and certifications required by item (x) above. (xvi). The offer must describe the details of offer presented in their quotation. The more detail provided, the better the Government will be able to judge the merits of the offer submitted, and select the best value for the Government. For more information contact SSgt Lonnie Sell at (719) 567 _ 3430, or email
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=FA2550-00-Q-0619&LocID=887)
Record
Loren Data Corp. 20000925/DSOL018.HTM (D-265 SN499431)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on September 21, 2000 by Loren Data Corp. -- info@ld.com