Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

70 -- SOFTWARE AND HARDWARE MAINTENANCE

Notice Date
February 16, 2001
Contracting Office
Defense Supply Service-Washington, 5200 Army Pentagon, Rm. 1D245, Washington, DC 20310-5200
ZIP Code
20310-5200
Solicitation Number
DASW01-01-T-4011
Response Due
March 19, 2001
Point of Contact
Joyce Ellis, Contracting Officer, 703-695-5975
Description
The Defense Supply Service-Washington (DSS-W), on behalf of the Deputy Under Secretary of Defense (Acquisition Reform), is issuing 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; quotations are hereby being requested and a written solicitation will not be issued. BACKGROUND: The PTSC has a critical mission requirement for providing an uninterrupted real-time communications access that interfaces with the worldwide defense systems. The PTSC is operational twenty-four(24) hours each day, seven (7) days each week, 365/366 days each year. All elements of the communications system must remain operational to ensure the PTSC is able to perform its mission at all times without any deterioration or interruption of service to its customers. Any deterioration or interruption of service on the printers could seriously jeopardize the communications services provided to the PTSC customers located within the Pentagon, Military District of Washington, Navy Annex, Site-R, and their environs. DESCRIPTION: This requirement shall encompass all hardware and software preventive and remedial maintenance necessary to assure the four (4) Multiple Automated Printing System 2 (MAPS-2) continuously functions according to OEM specifications. The hardware preventive and remedial maintenance shall include preventive repair services, repair and replacement parts, and installation of engineering changes. Software maintenance shall include updates, changes, error detection and correction. Maintenance is required to assure continuous operational performance for the MAPS-2 on a twenty-four (24) hour per day, seven (7) days each week, 365/366 days each year basis. Each of the MAPS-2 hardware units consists of a System Controller, Operator Console, Printing Device, and Sorter Bins. The contractor shall be required to provide all repair services, replacement parts, tools, labor, new engineering changes, and software upgrades or changes necessary to maintain the MAPS-2. MAINTENANCE PERIODS: PPM is Monday through Friday, between 0830 hours and 1700 hours EST, excluding all Federal and Government holidays, snow days, administrative days, and days declared holidays by Presidential Executive Order from 0001 hours to 2359 hours. OPPM is Monday through Friday, between 1701 hours and 0759 hours EST, Saturday and Sunday from 0001 hours to 2359 hours, and all Federal and government holidays, snow days, administrative days, and days declared holidays by Presidential Executive Order from 0001 hours to 2359 hours. Maintenance personnel shall be certified and have skills and knowledge required to install the printers and to perform required printer maintenance services. Personnel shall have three recent years of experience on the same or similar equipment. Engineering and technical personnel must possess a TOP-SECRET security clearance and meet the experience requirement prior to award of contract. The contractor shall provide the Government with the names of primary and secondary points of contact along with their telephone numbers and addresses. The personnel assigned as points of contact must be available twenty-four (24) hours each day, seven (7) days a week, 365/366 days each year. Person to person telephonic contact and answering services where the points of contact personally receive the call are the only acceptable methods of contact. Contacts provided by the contractor shall have to appear on site for maintenance and repair within two (2) hours of the bona fide attempt for notification by the Government. DOWNTIME: The MAPS-2 must be maintained in full operational mode and be available for use by the Government for 99.9% of the time. Downtime shall be construed to be that time during official operating hours (PPM or OPPM) when equipment is not operating to its full capability, capacity, or intended use caused by either hardware or software malfunction. A malfunction is defined, as any condition causing the MAPS-2 to perform in a mode that is not in accordance to OEM specifications. If the failure of any device that comprises a part of MAPS-2 fails causing other devices to work improperly, the Government shall, at its option, consider the MAPS-2 to be down. Downtime will be measured from the time the Government makes a bona fide attempt to notify the contractors designated contact until the time the MAPS-2 becomes fully operational. Equipment shall be repaired within eight (8) hours after bona fide notification to the contractor that a problem has occurred. The Government, at its option, may require the contractor to replace defective equipment with other equipment which is either equal to or better than the defective equipment. The contractor may reinstall the original equipment after having it repaired and tested. Deinstallation and reinstallation of equipment shall be scheduled when convenient, and at no additional cost to the Government. APPLICABLE PROVISIONS: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items; FAR 52.212-3 "Offeror Representations and Certifications -- Commercial I. items with their Offers"; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (includes the following: 52.222-26, 52.222-35, 52.222-36, and 52.222-37); and FAR 52.217-9, Option to Extend the Term of Contract, the total duration, including exercise of any options, not to exceed three years. DFAR 252.212-7000, 252.212-7001, 252.225-7000, 252.225-7006, 252.225-7020, 252.225-7035, 252.204-7004, 252.225-7017 and 252.232-7009. The Government will award a Firm Fixed Price Purchase Order resulting from this solicitation to the responsible offeror offering the lowest overall price. Evaluation will be in accordance with FAR 52.212-2 Technical Capability of the item offered to meet the Government requirement, Past Performance, and Price. The period of performance covered is six (6) months (01 April 01 to 30 September 01), with two (2) option years of one (1) year duration each. Quotations are to be submitted in the following format: 6 months X unit price per month = 6 month total, and then 12 months X unit price per month = total yearly price for each line item, and a stated hourly rate for OPPM CLINS. The OPPM CLINS will be awarded with a Government-determined not to exceed amount. No oral quotes will be honored. Responses shall be submitted, one (1) original and one (1) copy NLT 11:00 Noon EST March 19, 2001, to: Defense Supply Service-Washington, DASW01-01-T-4011, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200, POC: Finetta Bean, 703-697-3418 and Joyce Ellis, 703-695-5975.*****
Record
Loren Data Corp. 20010221/70SOL001.HTM (W-047 SN50D9H0)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com