Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2002 FBO #0083
SOLICITATION NOTICE

D -- CL

Notice Date
2/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
Reference-Number-F8AMSS13520400
 
Response Due
2/25/2002
 
Archive Date
2/26/2002
 
Point of Contact
Meryle Carr, Contract Specialist, Phone (808)449-6860x407, Fax (808)449-7026, - Meryle Carr, Contract Specialist, Phone (808)449-6860x407, Fax (808)449-7026,
 
E-Mail Address
Meryle.Carr@hickam.af.mil, Meryle.Carr@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ) Solicitation Number/ Purchase Request Number: F8AMSS13520400. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. (iv) This acquisition is 100% set-aside for small business. The Standard Industrial Classification code is 7622 with a small business size standard of $5,000,000. (v) This solicitation contains one contract line item number (CLIN) CLIN 0001: Price will be submitted as a lump sum cost for 12 months (with costs breakdown per month/year) (vi) Facility work is to be accomplished at: 735 AMS/AMCC, Bldg. 4069, Hickam AFB, HI. Performance Period: 1 April 2002- 31 March 2003. STATEMENT OF WORK CLOSED CIRCUIT FLIGHTLINE VIDEO (CCFV) SYSTEM MAINTENANCE 1.0 DESCRIPTION OF SERVICES 1.1 SCOPE 1.1.1 PREVENTIVE AND CORRECTIVE SYSTEM MAINTENANCE The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to accomplish preventive maintenance and on demand repair of the installed Closed Circuit Fligh4ine Video (CCFV) System. The CCFV system consists of7 Philips high resolution black and white Pan, Tilt, and Zoom (PTZ) cameras, 7 Philips monitors, 2 high resolution time lapse VCRs, an Allegiant Microprocessor-Based Video Switcher/Control System, International Fiber Systems (IFS) Bi Phase Fiber Optic Transceivers and Video Multiplexers, and other ancilTary components necessary for a fully operational CCFV system. 1.1.2 ADDITIONAL REQUIREMENTS During the life of the contract the Government may require additional work be performed on the installed CCFV system such as adding additional cameras, relocating cameras, or removing equipment due to facility renovation/construction. 1.1.3 RECORD MAINTENANCE The Contractor shall maintain the CCFV Communications-Computer System Installation Records, the trouble report records, and the records of any additional work on the CCFV system. 1.2 REQUIREMENTS 1.2.1 ANNUAL PREVENTIVE MAINTENANCE INSPECTION (PMI) The Contractor will perform an annual preventive maintenance inspection of the CCFV system. During the PMI, the entire CCFV system can be turned off allowing the Contractor free access to the entire CCFV system. Inspection schedule shall he coordinated with the on-site Contracting Officer s Representative (COR) or designated representative. Included in the PMI will be operator refresher training for six individuals on the operation of the CCFV system. The annual PMT can be performed in conjunction with an unscheduled service call provided Government concurrence is obtained. Requirements outlined at Attachment I will be accomplished during the PMI. 1.2.2 SCHEDULED SERVICE INTERRUPTIONS The CCFV system is operational 24 hours per day, 7 days per week. When the Contractor must schedule a service interruption for the purpose of working on the CCFV system, the work shaU be done at a time that causes the least inconvenience to the system users. The Contractor shall notify and obtain approval from the on-site COR or designated representative in advance of any scheduled service interruption. The Contractor shall specify the starting time and duration of the interruption along with what cameras will be affected. The Contractor shall provide verbal notification to the on-site COR or designated representative immediately after service has been restored. 1.2.3. UNSCHEDULED SERVICE OUTAGES The Contractor shall respond to an unscheduled service outage within 5 duty days of notification. The Contractor will remove and replace the faulty equipment item with a like item from the prepositioned spares maintained by the on-site COR. The faulty item will be turned over to the COR for repair or replacement. In cases where the faulty item is not part of the prepositioned spares package, the contractor will ascertain with the on-site COR that the item is not under manufacturers warranty and then obtain and install a replacement item. The Contractor shall provide verbal notification to the on-site COR or his designated representative at each site, immediately after service has been restored. Included in this verbal notification shall be a description of the corrective action(s) taken to restore the system to proper operation. Duty day is defined as Monday through Friday from 0800~1700. 1.2.3.4 CALL-IN NUMBER The contractor will provide the on-site COR or his designated representative a toll free telephone number and a contractor point of contact available during normal duty hours to report CCFV outages. Normal duty hours are defined at 0800 - 1700 Monday through Friday. 1.2.4 RECORDKEEPING 1.2.4.1 CCFV COMMUNICATIONS-COMPUTER SYSTEM INSTALLATION RECORDS The Contractor shall maintain the CCFV Communications-Computer System Installation Records to include wiring, cabling, and system layout drawings. The Contractor shall preserve and retain ~l records and reports during the entire period of contract performance. The Contractor shall update these records no later than 1 week following an action that altered the records. If requested by the Government, the contractor shall provide the original record, or a reproducible copy of any such record within 5 working days of receipt of the request. These records shall be given to the on-site QAE or his designated representative upon expiration of the contract. 1.2.4.2 TROUBLE REPORT RECORDS The Contractor shall maintain written records of all outages and trouble reports made by the on-site COR or his designated representative. These records shall include appropriate identification of &e trouble by equipment affected, time, date, nature of the trouble, the action taken to clear or satisfy the trouble or complaint, and the date and time of trouble clearance, or other dispositions. If requested by the Government, the contractor shall provide the original record, or a reproducible copy of any such record within 5 working days of receipt of the request. These records shall be given to the on~ite QAB or his designated representative upon expiration of the contract. 1.2.6 ORIGINAL EQUIPMENT MANUFACTURE (OEM) PARTS Only new OEM parts or parts of equal quality (when authorized by the Government in advance) shall be used for repair. All replacement parts used for maintenance activities under this contract become the property of the Government. The faulty parts, which have been replaced, remain the property of the Government. The Contractor may either submit a listing of all anticipated pans which are not new OEM but are of equal quality to the QAE for review and approval in advance of work requirements or obtain the approval of the on-site COR or his designated representative prior to installing the proposed equivalent part. The Government reserves the right to either approve or disapprove ~l replacement pans, which are other than new OEM, used in performance of this contract. 2.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 2.1 Government-Furnished Records: The government will provide the Contractor a complete Communications-Computer System Installation Record of the CCFV to include wiring, cabling, and system layout drawings. 3.0 GENERAL INFORMATION 3.1 TRAVEL All required travel to support scheduled and unscheduled maintenance and repair of the CCFV will be included in the firm fixed monthly price for that support. The Contractor may be required to travel in performance of the additional work contemplated by paragraph 1.1.2 of this statement of work. The Contracting Officer or Contracting Officer's Representative shall approve any such travel in advance (before any contractor costs are incurred). Travel will be reimbursed at actual allowable cost plus applicable general and administrative (G&A) expenses pursuant to FAR cost principals and the Joint Travel Regulation. 3.2 SECURITY The contractor shall coordinate base access requirements with the on-site COR or representative. Contractor personnel will not require a security clearance. Annual PMI Requirements 1.1 CCFV System. Jnspect, test, clean, and service the head-end video equipment, cabling and fiber optic transceivers. Inspect all monitors to ensure clarity, eliminate blooming, minimize RF interference and reduce the risk of burn-in by bright lights by respositioning stationary ("staring") cameras. Tnspect and test all video matrix switch functions, upgrade software as required, and replace defective components as necessary. Inspect, test, clean, and lubricate all analog video cassette recorders. Clean all fiber optic connections at transceiver location and all intermediate patch panels with alcohol and reconnect. NOTE: is a problem. Only required if the end to end fiber optic testing indicates there Perform an end-to-end power test of each camera location. Tnspect all power cables, fuses, circuit breakers, and lightning protection devices at each camera location. Jnspect the camera mounts at each location, repair, or replace as needed. Inspect the Hoffman boxes, lightning protection and grounding, repair as necessary. Perform a complete system check-out upon completion of the PMI. 1.2. Camera Assemblies. Disassemble, visually inspect for cracks and corrosion, clean and repair all cameras and housing assemblies. Clean all contacts and connectors on and inside the camera housings. Test and repair interior heaters. Replace desiccant packages within the camera housings. Replace humidity detectors within camera housings. Reassemble and weather proof camera housings. Recharge camera housings with Nitrogen after reassembly. 1.3. Pan/Tilt Assemblies Pull down, disassemble, and inspect the PTZ assembly to include inspecting the receiver/drivers, multiconductor and coaxial cable assemblies for signs of corrosion, wear, and tear and/or sun damage.. Inspect, test, and replace as necessary heater assemblies located inside PTZ units. Clean, lubricate, repair, and weatherproof PTZ assembly. Reassemble the complete camera and remount. Quality Assurance Plan CCFV Maintenance and Repair Contract According to the Inspection of Services clause the government will evaluate the contractor's performance under this contract. For the inspection items listed below the Contracting Officer's Representative (COR) or evaluators will either perform one hundred percent inspection of the contractor's output or rely upon customer complaints. When an observation indicates defective performance, the COR will require the contract manager or representative at the site to initial the observation. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgment that he or she has been made aware of the defective performance. Government surveillance of tasks not listed below or by methods other than 100 percent inspection or customer complaint may occur during the performance period of this contract. Such surveillance will be done according to standard inspection procedures or other contract provisions. Any action taken by the contracting officer as a result of surveillance will be according to the terms of this contract. INSPECTION ITEMS 1. Is the contractor responding to equipment malfunctions within the time parameters specified in the SOW? 2. Is the contractor repairing the equipment within the time parameters specified in the SOW? 3. Is the contractor performing the annual preventive maintenance inspection? 4. Is the contractor providing verbal notification of corrective actions taken to restore the system to proper operation? 5. Is the contractor obtaining approval from the COR prior to installing parts that are not OEM? 6. Is the contractor maintaining and updating the systems records? 100 percent compliance with contractual requirements is required for all items. If performance is below standard, details will be recorded on the "past performance report card." Past performance is a critical consideration in determining option exercise and in selecting future sources. OTHER. 1. Wage Determination No.94-2153 (Rev 28). The applicable category is Electronics Technician, Maintenance II. 2. It is recommended that technicians be International Fiber Solutions and Phillips CSI equipment repair and maintenance certified. 3. Payment will be made in one lump sum. Invoices need to be verified by the Funds Manager for 735th AMS and will be forwarded to DFAS for payment. 4. If there are questions and/or concerns regarding this contract, the contractor will bring these issues to the director or deputy director immediately. Issues will be resolved at the lowest level. EVALUATION CRITERIA. Award will be based upon best value to the government. Best value will be based upon review of contractor?s resume, ability to perform work as specified, past experiences, and price. The Contractor shall obtain 15 ABW Form 0-180, Application for Personnel and Vehicle Passes to work under Air Force Contracts, from the Contracting Officer prior to commencing work. The Contractor shall take all precautions to insure that no damage to private or public property will result from operations. The Contractor shall comply with all Air Force Safety, Fire Prevention, and Occupational Health Standards, as applicable, to protect personnel and resources. (vii) All work to be performed will be accomplished as stated during the hours stated above. (viii) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition without addenda. (ix) A firm fixed price purchase order will be issued based upon the proposal determined to provide the best value, experience, past performance, and price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, with offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition without addenda. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses of paragraph (b) are incorporated: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) The following cited additional FAR and DFARS clauses are applicable to this solicitation: 52.219-6, Notice of Total Small Business Set-Aside; 52.246-4, Inspection of Services -- Fixed-Price; and 252.204-7004, Required Central Contractor Registration. *NOTE: Proposals will be accepted if you are showing up in the Central Contractor Registration database as ?in process? at the time of proposal submission. Registration must be completed at the time of award. An award cannot be made to you unless you are registered in the Central Contractor Registration database. Offerors shall include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items, with offer. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clause of paragraph (b) is incorporated: 252.225-7001. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (xiv) Proposals are to be submitted to 15 CONS/LGCB, 90 G Street, Hickam AFB, HI 96853-5230, no later than 12:00 p.m. HST on 25 Feb 02 . All responsible sources may submit a proposal, which, if timely received will be considered by this agency. (xv) Questions concerning this RFQ should be addressed to Ms Meryle Carr, by fax at (808) 449-7026 or E-mail at meryle.carr@hickam.af.mil . (xvi) Onsite visit by interested bidders will be at : 735 AMS/AMCC/BUILDING 4069 AT HICKAM AFB, HI AT 1400 HOURS ON FRIDAY, 22 FEBRUARY 2002. If any questions on finding the location call Timothy Rogers or TSgt Green at (808)449-6942 or (808)449-6950. YOU DO NOT HAVE TO GO TO THE ONSITE VISIT IN ORDER TO BID. IT?S YOUR CHOICE.
 
Place of Performance
Address: 735 AMS/AMCC, BLDG. 4069, HICKAM AFB, HI 96853
Zip Code: 96853
Country: USA
 
Record
SN00029167-W 20020223/020221213147 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.