COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29, 2001 PSA #2925
SOLICITATIONS
J -- MAINTENANCE OF COMPUTER SYSTEMS
- Notice Date
- August 27, 2001
- Contracting Office
- Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212
- ZIP Code
- 92132-0212
- Solicitation Number
- N00244-01-T-1120
- Response Due
- September 7, 2001
- Point of Contact
- Contracting Officer at 619-532-2651, Fax 619-532-1088
- E-Mail Address
- click here to contact Contracting Officer (john_d_middleton@sd.fisc.navy.mil)
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for more information. FISC San Diego is announcing its intent to issue a directed sole source procurement to Signature Technology Group under authority of FAR 6.302-1 for maintenance of NCTSS-II (SUADPS) and NALCOMIS systems and associated components. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and 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 SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-01-T-1120 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7378 (NAICS code 811212) with a size standard of $18,000,000. This requirement is for a fixed priced contract for the line items as follows. Line Item 0001: Maintenance of NALCOMIS computer system within Principle Period of Performance, 12 months. Line Item 0002: Maintenance of NALCOMIS computer system outside Principle Period of Performance, 20 Hours. Line Item 0003: Maintenance of NCTSS-II (SUADPS) computer system within Principle Period of Performance, 12 months. Line Item 0004: Maintenance of NCTSS-II (SUADPS) computer system outside Principle Period of Performance, 20 Hours. Statement of Work 1. SCOPE: a. The contractor will furnish labor, material, equipment, and parts necessary to facilitate the maintenance of the NALCOMIS Honeywell and NCTSS-II (DUADPS) computer systems and peripheral equipment (printers, monitors, and terminals). Maintenance services shall be provided during the Principle Period of Performance (PPP) for government owned Honeywell Automated Data Processing Equipment and meet normal industrial standards. b. The contractor shall provide the required and defined services at a level that is in accordance with the Code of Federal Regulations (CFR). 2. LOCATION: The equipment is installed in the central computer facility located on the second floor of Building 25 and within the maintenance/supply building at Naval Air Station (NAS) Fallon, Nevada. Naval Air Station is situated in Churchill County, Nevada, approximately 75 miles east of Reno, Nevada. Normal working hours are 0730 to 1600, five days a week. 3. SPECIFICATIONS: a. Equipment. Attachment I contains a listing of DPS-6000 and HP-9000/755 equipment covered by this contract. This listing was extracted from the original equipment listing and is not meant to be inclusive of all items/components considered standard to the Honeywell DPS-6000 and HP-9000/755 systems and covered by the contract. b. Maintenance: (1) Routine Maintenance Actions. The contractor shall maintain the equipment in a manner that provides users of the system the maximum amount of on-line time. (2) Hours of Coverage. The contractor shall provide on-call maintenance service with a four-hour response during the Principle Period of Performance (PPP) which is 07:30 AM to 4:00 PM local time, Monday through Friday. A technician and common materials necessary to initiate the repairs will be identified and arranged within four hours of the reported problem. A technician on-site within 24 hours. The contractor will provide overnight shipping for major components that fail. Repairs accomplished outside the PPP at the contractor's discretion shall be included in the basic contract. (3) Outside PPP Maintenance On-Call Support. The government may require maintenance outside the designated PPP. Such support will be on an on-call basis and a response time of four (4) hours is required. An hourly on-call service rate will be established in the basic contract. (4) Repairs Outside the Scope of the Contract. Repair of damage resulting from accident, flood, transportation between government sites, neglect, misuse, failure of electrical power of air-conditioning or humidity control, or causes other than ordinary use shall be billable at the rate established herein for maintenance performed outside the PPP. (5) Responsibilities of the Government. Government personnel shall not perform or attempt repairs to equipment while such equipment is under the purview of the contract unless agreed to by the contractor. The government will permit contract personnel access to the equipment that is maintained subject to security regulations. Contract personnel are not required to possess a security clearance. (6) Duration. The maintenance contract shall run from 01 October 2001 through 30 September 2002. Equipment List NALCOMIS Honeywell System MODEL DESCRIPTION QTY DRFA001 EXABYTE CONTROL 1 CPXA622-701 DPS6000 M622 1 PSSA001-001 60 HZ 3 PHASE 1 DCSA901-001 MLX-16E W/RS232 1 CPFA963 2-RS232A ADAPTER 1 UPC9901 UPC 2 MTUA921 TAPE UNIT PRM 1 MTUA922 TAPE UNIT 1 MTUA301 2.4 GB TT CT 1 MTM9901 MAG TAPE ADAPTER 1 PRU7180 SERIAL PRINTER RS 422 8 PRU7197 SERIAL PRINTER RS 232 6 PRUA912-701 650/1200 LPM 136 COL PRINTER 5 PRM9901 PRINTER ADAPTER 3 MSU9952 2ND, 3RD, OR 4TH MSU 5 DRXA005-702 DMS 32 W/4 MB 1 MSUA951-001 CAB & 595 MB 1 DRFA901-001 6 PLUS/6000 1 DRMA003-001 4 MB MEMORY MOD 1 DRFA002-001 DISK CUPLR 4 D 1 UPSL820-20 20 MIN BATT W/P 1 UPSL820-6A1 20 KVA UPS 60 HZ 1 NDR9201-101A SNAP CBL & CONN 1 NDR9201-101B SNAP CBL & CONN 1 NDR9201-101C SNAP CBL & CONN 1 NDR9001-137E RECEPTACLE BOX 1 DIRAM-32 DISK CONTROLLER 1 MER1991-HO6A DISPLAYS 8 NCTSS-11 (SUADPS) Hewlett Packard System SYSTEM DESCRIPTION QTY NUMBER 1 HP-900/755 99 MHZ 256 MB RAM 1 INTERNAL 2.0 SCSI DRIVE 2 4.0 GB DAT DRIVE 1 LOCALIZATION KIT 1 19 INCH MONITOR 1 HEWLETT PACKARD UNIX 10.X OPERATING SYSTEM 1 EXTERNAL MIN-TOWER 1 2.0 GB SCSI DRIVES 3 SCSI INTERFACE CABLES TO CONNECT EXTERNAL DRIVES 3 KEYBOARD 1 NUMBER 2 HP-900/755 99 MHZ 256 MB RAM 1 INTERNAL 2.0 SCSI DRIVE 2 4.0 GB DAT DRIVE 1 LOCALIZATION KIT 1 19 INCH MONITOR 1 HEWLETT PACKARD UNIX 10.X OPERATING SYSTEM 1 EXTERNAL MIN-TOWER 1 2.0 GB SCSI DRIVES 3 SCSI INTERFACE CABLES TO CONNECT EXTERNAL DRIVES 3 KEYBOARD 1 NUMBER 3 HP-900/755 99 MHZ 256 MB RAM 1 INTERNAL 2.0 SCSI DRIVE 2 4.0 GB DAT DRIVE 1 LOCALIZATION KIT 1 19 INCH MONITOR 1 HEWLETT PACKARD UNIX 10.X OPERATING SYSTEM 1 EXTERNAL MIN-TOWER 1 2.0 GB SCSI DRIVES 3 SCSI INTERFACE CABLES TO CONNECT EXTERNAL DRIVES 3 KEYBOARD 1 NUMBER 4 HP-900/755 99 MHZ 256 MB RAM 1 INTERNAL 2.0 SCSI DRIVE 2 4.0 GB DAT DRIVE 1 LOCALIZATION KIT 1 19 INCH MONITOR 1 HEWLETT PACKARD UNIX 10.X OPERATING SYSTEM 1 EXTERNAL MIN-TOWER 1 2.0 GB SCSI DRIVES 3 SCSI INTERFACE CABLES TO CONNECT EXTERNAL DRIVES 3 KEYBOARD 1 TAPE DRIVE EXABYTE 8505 TAPE DRIVES 4 COMMENTS: The unique nature of the Navy software requires the contractor provide specific hard drives. Only Micropolis Model 2217 or HPC Model 3010 hard drives are acceptable for systems number (1) and (4). Micropolis 1528, 4221, 4421 may be used in system (2) and (3). Due to the state of technology and availability of the Micropolis drives, any substitute drives must be approved by SPAWAR prior to use. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time 9-07-01, and will be accepted via fax (619-532-1088) or via e-mail (john_d_middleton@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (s) 1.
- Web Link
- click here to download a copy of RFQ (http://www.neco.navy.mil)
- Record
- Loren Data Corp. 20010829/JSOL016.HTM (W-239 SN50V9X7)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|