Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

49 -- Maintenance Service for Pitney Bowes Series 9 Envelope Inserting Machine

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DAPS-Silverdale, Washington, 1100 Hunley Road Suite 108, Silverdale, WA, 98315
 
ZIP Code
98315
 
Solicitation Number
SA706504Q0003
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Cheryl Hurst, Purchasing Agent, Phone 360-315-4007, Fax 360-396-4421,
 
E-Mail Address
Cheryl.Hurst@dla.mil
 
Description
Service for Pitney Bowes, Series 9, Console Envelope Inserting System Location: DAPS , 631 Salida Way STE A-1, Aurora, CO 80011 Contact: Cheryl Hurst 360-315-4007 or Daral Valtinson 907-384-2901 1. SCOPE a. The Contractor shall furnish all tools, parts, labor, equipment, transportation, software updates, and incidentals necessary to perform preventative and remedial maintenance on agreement for Government owned Pitney Bowes, Series 9, Console Envelope Inserting System. b. This Contractor provides for ?on-call? maintenance service under which the Contractor shall promptly dispatch a Customer Engineer to the Government Location. PERIOD OF MAINTENANCE a. Full maintenance coverage will be provided Monday through Friday 8:00 am to 5:00 pm, Government holidays excluded. Furthermore an established schedule will be provided to the Contractor thirty calendar days in advance for ?on-call? maintenance once a month, for the period of first shift Monday through Friday, 8:00 AM ? 5:00 pm, second shift 5:01 pm ? 12:00 am and third shift 12:01 am ? 8:00 am. The ?on-call? maintenance schedule can include Saturday, Sunday and Government holidays. Maintenance personnel shall arrive at the government installation site within two (2) clock hours after notification by the Government that service is required. October 1, 2003 ? September 30, 2004. b. Repair of equipment shall be completed within twenty-four (24) clock hours after notification of equipment malfunction. Contractor shall furnish, at no additional cost to the Government, a suitable substitute for equipment down in excess of twenty-four (24) clock hours. The suitable substitute shall be approved by a Government designee in the customer?s organization prior to Government acceptance. 3. PREVENTATIVE MAINTENANCE (PM) Preventative (scheduled) maintenance shall be performed in accordance with the manufacturer?s specifications. Scheduled maintenance shall be scheduled in advance. Both the Contractor and a Government designee from the installation will agree to the date and time of the scheduled maintenance. The performance of the PM shall be performed so as not to unreasonably interfere with the Governments operation. The frequency, duration, and quality of the PM shall be equal to that provided by the OEM for the same equipment. Replacement of damaged equipment/media due to the Contractors error or negligence shall be at the Contractors expense. TASK . The Service Representative (SR) shall be proficient in electronic and digital theory, troubleshooting and diagnostic techniques, use of diagnostic test equipment, and reading diagrams on all equipment identified in the schedule. Electronic safety shall be applied at all times to protect the SR and other persons in the area as well as the equipment. b. Government provided diagnostic disk, when available, shall be used to isolate malfunctions to the fullest extent to reduce diagnostic time. c. The SR shall obtain as much information as possible about any problem before arriving at the location of the equipment to determine what equipment, parts, and tools will be needed to accomplish repairs. d. On-location troubleshooting, diagnostics and repair shall be accomplished whenever possible. Circuit boards shall be repaired on location, if only minor repair is required, such as replacement of plug-ins ICs, transistors and other electronic or mechanical components or subassemblies that are readily and easily replaceable; otherwise, the circuit boards shall be replaced on location. e. A working knowledge of the operations and the ability to load and perform functional checks of the system software is required. The SR will reload system software and perform checks that may require video display as well as printer functional execution as part of the repair. Contractor will be responsible for maintaining a library of these software systems. f. The SR shall assure that the required equipment is returned to its original configuration. The repairs shall correct the problem and shall be accomplished in accordance with industry standard. 5. LOSS OR DAMAGE If it is mutually agreed to by the Contractor and Government to remove equipment to the Contractor?s establishment when extensive repairs are required, the Contractor shall be responsible for any damage or loss from the time the equipment is removed from the Government installation until it is returned to such installation. Contractor shall complete any and all repairs and return repaired equipment to the government installation it was removed from within ninety-six (96) clock hours of the Government?s initial notification. The Contractor shall coordinate with a Government designee from the installation if it is anticipated that repairs cannot be accomplished within the aforementioned time frame. The solicitation provision at FAR 52.252-1 Instructions to Offerors - Commercial Items (OCT 2000), is incorporated by reference and applies to this acquisition. Offerors shall submit a complete copy of provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2001), and a completed copy of the Trade Agreements Certificate at DFARS 252.225-7000. FAR 52.212-4, Contract Terms and Conditions-Commercial items (MAY 2001) is incorporated by reference and will apply to any resultant contract. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Orders (MAY 2001) is hereby incorporated by reference. The following clauses from paragraph (b) also apply to this solicitation and any resultant contract: (11) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (b) (12) 52.222-26, Equal Opportunity (E.O. 11246); (b) (13) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); (b) (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (b)(15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of The Vietnam Era (38 U.S.C. 4212); (b)(16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (b)(24) 52.232.33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial items (DEC 2000), is incorporated by reference. The following clause apples to this solicitation and any resulting contract: (a) DFARS 252.225-7001, Buy American Act & Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10382). Offeror must submit completed 252.225-7000, Buy American Act-Balance of Payments Program certificate. The provision at DFARS 252.204-7004, Required Central Contractor Registration (MAR 2000) is incorporated by reference. Prior to receiving any contract award, contractors must be registered in the Central Contractor Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423. Confirmation of CCR registration must be obtained before award can be made. The DLAD provisions at 52-233-9000, Agency Protests (SEP 1999)- DLAD, and 52.233-9001, DISPUTES: Agreement to Use Alternative Dispute Resolution (JUN 2001) - DLAD, and the clause at 52.212-9000, Changes - Military Readiness (MAR 2001) - DLAD are incorporated by reference and apply to this solicitation and any resulting contract. They are available at http://www.dla.mil/j-3/j-336/logisticspolicy/rev5.htm Quotes should reference RFQ No. SA7065-04-Q-0003. Offers must be sent in writing/fax to the Contracting Officer, Ms. Cheryl Hurst, no later than 4:00PM on September 15, 2003 at DAPS, 1100 Hunley Road, Suite 108, Silverdale, WA 98312, ATTN: Cheryl Hurst . Fax 360-315-4421 Phone 360-315-4007, updated email Cheryl.Hurst@dla.mil. Place of Performance: Address: DAPS 631 Salida Way, STE A-1, Aurora, CO Postal Code: 80011-7811 Country: USA
 
Place of Performance
Address: DAPS, 631 Salida Way, STE A-1, Aurora, CO
Zip Code: 80011-7811
Country: USA
 
Record
SN00397188-W 20030813/030811213106 (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.