Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

L -- On-Site/ On-Call Maintenance on Software/ Fireware Updates

Notice Date
12/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
Reference-Number-F6041221490800
 
Response Due
12/15/2002
 
Archive Date
12/30/2002
 
Point of Contact
Thomas Fout, Contract Specialist, Phone 202-767-8024, Fax 202-767-7894, - Saleem Khan, Contract Specialist, Phone 202-767-8034, Fax 202-767-7887,
 
E-Mail Address
Thomas.Fout@bolling.af.mil, saleem.khan@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No.F6041221490800. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a small business set-aside. The North American Industry Classification System code is 518210 (formerly SIC code 7374) at $ 21 Million a year earnings size standard. CLIN 001 ON-SITE/ON-CALL MAINTENANCE PER ATTACHED LIST. AUTOMATIC SOFTWARE/FIREWARE UPDATES. 10-DAY REPAIR/REPLACEMENT FOR NETWORK INTERFACT CARDS. UNLIMITED TELEPHONE TECHNICAL SUPPORT (6:00AM TO 6:00PM). 2-HOUR CALLBACK COMMITMENT. ELECTRONIC ACCESS SERVICES (415-327-4728 AT 9800 BAUD). BULLETIN BOARD SERVICE; INTERNET ACCESS; WORLDWIDE WEB INFO SERVICE. EXTENDED HARDWARE SUPPORT FOR ONE YEAR-DSS SERVERS ONLY. INCLUDES ALL NETWORK GENERAL-SUPPLIED COMPONENTS-DSS SERVERS. (See Statement of Work and Wage Determination). The performance of the service will start 1 January 01, 2002 and end 30 September, 2003. A complete price breakdown is required as part of your offer for each line item listed above. Also, the contractor shall be responsible for any FAR, DFAR, AFFAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors- 52.212-2 Evaluation, Commercial Items- and 52.212-3, Offerors Representation and Certifications- 52.219-6, Notice of Total Small Business Set-aside- 52.242-15, Stop-Work Order- 52.247-34, F.O.B Destination- 252.204-7004, Required Central Contractor Registration-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition as follows: 52.252-1. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text, and 52.252-2 Clauses Incorporated By Reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.219-6, 52.252-2, 52.253-1, 252.204-7004, 252.212-7001, 252.225-7001. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-21, 52.222-26, 52.222.36, 52.232-33, 52.222-41, and 52.222-42. DFARS Clause 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions or Commercial Items (JUL 2002). Addendum to DFAR Clause 252.212-7001 applies to this acquisition, specifically the following cited clause: 252.225-7001, Buy American Act and Balance of Payment Program. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to SSgt Thomas F. Fout, Contract Specialist, Phone (202) 404-7772, FAX (202) 767-7887, E-mail to: Thomas.fout@bolling.af.mil. STATEMENT OF WORK Non-personnel Services: Contractor shall provide all labor, materials, equipment, tools, personnel, and transportation to perform the following service. Contractor shall accomplish the service in accordance with the following list (see list below 1. DESCRIPTION OF SERVICES. Contractor shall provide all parts, labor, to maintain software, to include software upgrades. Contractor shall provide automatic software/fireware updates, 10-day repair/replacement for network interface cards, unlimited telephone technical support (6:00 am to 6:00 pm), 2-hour callback commitment, electronic access services (415-327-4728 at 9600 baud), bulletin board service; internet access; worldwide web info service, expended hardware support for one year-DSS servers only, to include all network general-supplied components - DSS servers. 1.2. SERVICE CALL RESPONSE. The contractor shall respond to a routine service request within 2-hours. 2. GENERAL INFORMATION. 2.1. QUALITY CONTROL. Contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices for software maintenance and repair. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 2.2 HOURS OF OPERATION. All routine maintenance shall be performed during normal business hours between 8:00 am to 5:00 pm, Monday through Friday. Urgent and emergency service calls shall be performed as required. The Contractor shall provide 2-hour response time Monday - Friday exclusive of Government holidays between the hours of 6:00AM through 6:00PM. The vendor shall provide upgrades of software as necessary. 2.3 SERVICE CALL RESPONSE. The contractor shall respond to a routine service request within 2-hours, after initial notification. 2.4 SECURITY REQUIREMENTS. Contractor shall be responsible for all requirements to access the base (Bolling AFB, DC) 2.5 RESPONSIBILITIES OF THE GOVERNMENT: a. Government personnel will not perform maintenance nor attempt repairs to software while it is under the purview of the Contractor. b. Government personnel will not perform maintenance while such service is under the purview of the Contractor. CONTRACTOR WILL ABIDE BY ATTACHED WAGE DETERMINATION POSTED AS A SPECIAL NOTICE TO THE SOLICITATION.
 
Place of Performance
Address: 11th Services/ SVMH, 207 Brookley Ave., Bolling AFB, DC
Zip Code: 20032
Country: United States
 
Record
SN00218322-W 20021208/021206213537 (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  © 1994-2020, Loren Data Corp.