Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

J -- Maintenance of Motorola Computer Aided Dispatch System

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-T-0161
 
Response Due
9/3/2004
 
Archive Date
11/2/2004
 
Point of Contact
Denise Sanders, 703-693-2142
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(denise.sanders@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject acquisition is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information include in this notice. This announcement constitutes the only Solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number for this acquisition is W74V8H-04-T0161 and is being issued as a Request for Quote. This solicitation incorpo rates provisions and clauses in effect through Federal Acquition Circular 97-27. The solicitation is being issued unrestricted. North American Industry Classification System Code (NAICS) is 811212. Funds are not presently available for this requirement. Any contract award resulting from this solicitation is contingent upon the availability of appropriated funds. All responsible sources may submit a quote, which, if timely received, may be considered by the Government. Subject solicitation will close S ep 3, 2004, 1:00 p.m. EST. All quotes should be completed and submitted on this date. Requirement will be for one year. Description of Supplies/Services: Maintenance of Motorola Computer Aided Dispatch System IAW attached Statement of Work. The quote shall include the following information to be considered: Include detailed pricing for all services described below. Clin 0001: Maintenance of Command Star Desktop Console 12 months; Clin 0002 Maintenance of Comegra Console 12 months; Clin 0003 Mainten ance of Command Star Rack MT Console 12 months; Clin 0004 Maintenance of Astro Spectra Radio, 62 12 months; Clin 0005 Maintenance of Maratrac A721 for 12 months; Clin 0006 Maintenance of PC Hardware-Software 12 months; Clin 0007 Maintenance of DESKSTRAC 12 months; Clin 0008 Maintenance of Quantar Base Console 12 months. The performance period shall begin 1 Oct 2004 through 30 Sep 2005. Bidders must submit a quote for all items. Failure to do so may result in rejection of your quote. The following FA R clauses and provisions apply to this requirement: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Ju l 1995); 52.212-1 Instructions to Offerors - Commercial Items (Jun 1999) with the following insert . 52.212-2; Evaluation - Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the res ponsible bidder whose quote is the lowest price. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 1999). Quotes shall be accompanied by a completed representations and certifications. A copy of these representations and ce rtifications must be submitted with proposal. 52.212-4 Contract Terms and Conditions  Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 1999), with the follow ing checked subparagraphs (b), (14), (15), (16), (17,) (18), (30), (32); 52.232-18 Availability of Funds (Apr 1984); 52.252-2 Clauses Incorporate By Reference (Feb 1998) with the following insert www.farsite.gov and www.arnet.gov/far; 252.232-7003 Electr onic Submission of Pay Request (Jan 2004). All bidders are required to submit one original and one copy of the Cost/Price Proposal to Defense Contracting Command  Washington, 5200 Army Pentagon, Room 1C256, Washington, D.C. Attn: Denise Sanders. STATEMENT OF WORK SPECIFICATIONS/PURCHASE DESCRIPTION The contractor shall furnish all necessary maintenance labor, repair parts, maintenance supplies, tools and test equipment at the monthly prices set forth in Section B in order to keep the system operating at a effectiveness level of ninety (90) percent. DOCUMENTATION Upon request the contractor shall provide to the requiring activity at least one copy of any applicable operator manuals, technical manuals, programming manuals, other information and all updates as relative to the acquisition of these services and maintenance of this Computer Aided Dispatch System at no additional cost to th e government. CONTRACTOR GENERAL ASSISTANCE In providing these services and maintenance, the contractor shall engineer, furnish, and test all applicable wiring, connectors, and related equipment and material at no additional cost to the government. GENERAL MAINTENANCE REQUIREMENTS The Contractor shall furnish all necessary maintenance labor, repair parts, maintenance supplies, tools, and test equipment at the monthly process set fourth in Section B to keep the equipment in good operating condition. The monthly maintenance prices l isted herein shall include all remedial maintenance calls during the principal period of maintenance and the regular scheduled preventive maintenance at a time mutually agreed to by the Contractor and the Government. The monthly maintenance prices do not include repairs to the occasioned by acts of God such as fire, flood, water, lightning, damages caused by nuclear reaction, nuclear radioactive contamination, negligence of the Government of by causes external to the equipment being maintained under this contract such as but not limited to power failure of fluctuation, or air conditioning failure. MAINTENANCE REQUIREMENTS The Contractor shall provide preventive (scheduled) maintenance at a time mutually agreed to by the Contractor and the Government. The Contractor shall specify in writing the frequency and duration of the preventive maintenance required for the equipment and schedule for the performance of the preventive maintenance shall be contiguous to the principal period of maintenance. The schedule may be modified by mutual agreement of the Contractor and the Government. If a mutually agreed upon schedule cannot b e established, the Government reserves the right to specify the schedule. REMEDIAL MAINTENANCE Remedial maintenance shall be performed after notification that the equipment is inoperative. The contractor shall provide the Government with a designated point of contact and shall make arrangements to enable its maintenance representative to receive s uch notification. The Contractor shall provide remedial maintenance at no cost to the Government. If in the opinion of the installation representative at the location, it is necessary to obtain additional engineering assistance and/or the original equipment manufactures engineering assistance to correct a malfunction that has been corrected within ho urs after the time of arrival of the Contractors maintenance personnel, the Contractor shall promptly provide such assistance at no additional cost to the Government. Failure to do so shall constitute a basis for default under the Default provisions of the contract. In the event the Contractor is required to obtain engineering assistance from the manufacturer if the equipment, the Contractor shall provide for the manufactures technical support normally provided by the manufacturer under similar circumstances. This service shall also be provided at no additional cost to the Government. BASIC MONTHLY MAINTENANCE CHARGE The basic monthly maintenance charge set forth in Section B shall entitle the Government to maintenance services availability during the principal period of maintenance. The principal period of maintenance for this requirement is 7 day/24 hour service Mo nday through Sunday including Federal Holidays, which covers CLINs 0005, 0006, and 0007. The principal period of maintenance for CLINs 0001 through 0004 is a user specified eight (8) consecutive hours between 9 a.m. and 5 p.m. local time, Monday through Friday excluding Federal holidays, after arrival at the Government site, the Contractors maintenance personnel shall work to completion of repairs. The Gov ernment shall have the option of authorizing additional outside the principal period of maintenance charges as necessary to complete the repairs beyond the scope of this contract. DIAGNOSTIC MAINTENANCE ROUTINES The Contractor shall be responsible for furnishing and maintaining a complete set of current diagnostic maintenance routines normally used for the testing and repairing of all equipment to be furnished under the contract. SPARE PARTS INVENTORY, TOOLS AND INSTRUMENTS The Contractor shall maintain an adequate inventory of spare repair parts, and such tools and instruments as are necessary to properly and efficiently maintain the equipment lists in Section B. Only new standard parts or parts of equal quality shall be u sed in effecting repairs. All parts which have been replaced shall become the property of the Contractor. MALFUNCTION REPORTS The Contractor shall furnish a signed malfunction incident report to the Contracting Officer Representative (COR) upon completion of each maintenance call. The report shall include as a minimum, the following: a. Date and time notified b. Date and time arrival c. Type and serial number(s) of machines d. Chargeable time spent for repairs e. Description of malfunction f. List of parts replaced g. Additional charges, if any RECONDITIONING If the Contractor detects that any equipment, machine, or component being maintained under this contract is in need of reconditioning, details of the nature of the recondition and an estimate of the cost shall be submitted to the Contracting Officer. If the Contracting Officer authorizes such reconditioning, the prices or charges of such work shall be in addition to the maintenance charges set forth herein or as mutually agreed upon. The Contractor shall not undertake or perform any reconditioning withou t written authorization from the Contracting Officer. RESPONSE TIME The Contractors maintenance personnel shall arrive at the Governments installation site within four (4) hours after notification by the Government that service is required. Except for causes beyond the control of the Contractor, if the maintenance pers onnel fails to arrive at the governments installation site within the response time, the Contractor shall grant a credit to the Government in the amount of 1/200 of the basic monthly maintenance charge for each hour or part thereof (prorated) beginning wi th the time of notification an ending with the time of arrival. The Daily credit shall not exceed 1/30th of the monthly maintenance charges. STORAGE TIME The Government shall provide adequate storage space for spare parts and adequate working space, including heat, light, ventilation, electric current and outlets, for the use of the Contractors customer engineer. These facilities shall be within a reaso nable distance of the equipment to be serviced and shall make available to the Contractor at no charge the use of any machines, attachment, features, etc., which are not under maintenance agreement but which are necessary for the proper maintenance of mach ines under this contract. TRAINING OF MAINTENANCE PERSONNEL Maintenance Personnel shall have had formal training in maintaining proposed equipment and shall have at least two (2) years experience maintaining proposed equipment or in the case of newer equipment, that the experience equal 50% of the time the propose d equipment has been in the marketplace. Replacement personnel shall meet the same requirement as maintenance personnel they replace. CORRECTION OF SOFTWARE AND DOCUMENTATION The Contractor shall, over the term of the contract, correct errors in contractor developed software an applicable documentation which are discovered by the Government, any other user of the software, or the contractor. Such corrections shall be made wit hin 30 days of the contractor is notified that the error exists or the date the contractor discovers the error. Inability of the parties the determent he cause of software errors shall be resolved in accordance with the Disputes clause in the General provision, but in no event constitutes grounds for delay of error correction beyond the time f rame specified above. QUARTERLY REPORTS The Contractor shall provide a quarterly report to the COR at the address specified in Section F the report shall include the following information: 1. 1. Summarize activity for the proceeding period and a description of any problems encountered or anticipated during the next reporting period. 2. 2. List of equipment by model and serial number that received preventive or on-call maintenance during the reporting period. 3. 3. A summary of maintenance performed outside the principal period of maintenance, if applicable to this contract. This summary shall include the number of calls, duration of each call and date of performance for each call. a. Reports delivered by the contractor in the performance of the contract shall be considered Technical Data as defined in the applicable Rights in Technical Data clause of the General Provisions. b. Bulky reports shall be mailed by other than first-class mail unless the urgency of submission required use of first-class mail. In this situation, one (1) copy shall be mailed first-class and the remaining copies forwarded by less than first-class .
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1C256 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00653847-W 20040827/040826075342 (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.