Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
MODIFICATION

J -- Maintenance of UPS Units

Notice Date
5/10/2005
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-Q-0014
 
Response Due
6/1/2005
 
Archive Date
6/16/2005
 
Point of Contact
Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632, - Sandra Nixon, Contract Specialist, Phone (540) 542-2303, Fax (540) 542-2632,
 
E-Mail Address
sandra.nixon@dhs.gov, sandra.nixon@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. A00001 is issued in order to change a requirement for proposal submission, to provide questions received from prospective offerors and the Government’s response to those questions, and to extend the date for receipt of offerors. A. The requirement for submitting a copy of the offeror’s current Repair/Spare Parts List as a part of the proposal is changed to read: The offeror must provide, as a part of the proposal response, a copy of the manufacturer’s suggested current Spare Parts Kit List for each UPS unit listed in the Statement of Work. If an offeror is unsuccessful in obtaining the Spare Parts Kit List from a particular manufacturer, the offeror shall so indicate in their proposal response and shall indicate the manner in which they propose on charging the Government for spare parts not shown in a manufacturer’s Spare Parts Kit List. B. Questions received from prospective offerors and the Government’s responses follow. (1) QUESTION: Is the Monthly Preventative Maintenance (Item No. 001) for both the UPS Systems and Batteries? Is there a specific Scope of Work that is required for the monthly UPS System Maintenance and a specific Scope of Work that is required for the monthly Battery Maintenance? ANSWER: As specified in the Statement of Work contained in the RFQ, under paragraph 1.0 General, the maintenance shall be performed on the equipment and the associated batteries and they shall be maintained in accordance with the Original Equipment Manufacturer’s (OEM) maintenance specifications and schedules. (2) QUESTION: Item No. 002 is for Remedial Maintenance, based on hourly rates, to include any repair/spare parts. It also states that it will be awarded as an estimated NTE amount. Are prospective offerors to estimate what the cost for repair parts are going to be and work this cost into their proposed hourly rates or provide this cost as a separate cost from the labor rates? ANSWER: Offerors are to provide loaded hourly rates for remedial maintenance which are performed during and outside the PPM, to include associated travel costs. No costs for repair parts are to be included in the hourly rates. As specified in the RFQ and as amended by this A00001, offerors are to provide a copy of the current manufacturer’s suggested Spare Parts Kit List for each UPS unit listed in the Statement of Work as a part of their response to the RFQ. Should any repair/spare parts be needed during the life of the contract, the Government will use the successful Contractor’s Spare Parts Kit List to verify the proposed cost for any required repair/spare parts. The cost for the remedial maintenance and any required repair/spare parts will be reimbursed under Item No. 002. At the time of award and based on the availability of current fiscal year funds, the Government will provide funding in a 1 LOT, Estimated, Not-To-Exceed amount to cover costs associated with Item No. 002, to include succeeding option years. Basically, remedial maintenance is performed and reimbursed on a time-and-material basis. (3) QUESTION: Are batteries included as repair/spare parts? Most of the UPS Systems have sealed batteries that usually last 4-6 years. Who will cover the cost for a full battery replacement? Do you have the date codes for the batteries in each of the UPS Systems, as that information will be needed to determine replacement costs? ANSWER: All required battery replacement is handled under the Remedial Maintenance requirements. Therefore, the Government will cover the cost of battery replacement, on an as-needed basis and reimbursement will be effected under Item No. 002. As such, date codes for the batteries should not be required. The Government expects the successful Contractor to provide recommendations, based upon the preventive maintenance performed on the batteries, as to when it appears the batteries should be replaced. (4) QUESTION: How does FEMA anticipate the Contractors to quote the various types of equipment under the RFQ? The specifications state per OEM specifications. Some of the OEM’s do not exist anymore and FEMA will receive quotes based on how the quoting Contractor “thinks” they should service the equipment? ANSWER: Technical Evaluation Factor A requires that Contractor’s “must show demonstrated experience and competence in maintaining UPS units of the make and type listed.” Each Contractor should include sufficient information in their proposal to allow the Government to verify their experience and competence with the equipment listed in the RFQ. (5) QUESTION: Can a Top Secret Facility Clearance be obtained after award? The requirement “prior” to award date may eliminate many “qualified service providers.” ANSWER: As stated in the solicitation, in order to provide a response to the RFQ, offerors must possess a current Top Secret Facility Clearance as well as have Top Secret cleared service technicians available to perform the work at the time of proposal submission. This is a valid requirement since many of the UPS units to be maintained are located in an area that requires Top Secret clearance for entry into the area. (6) QUESTION: What kind of spare parts, if any, does FEMA have on site for this equipment? ANSWER: The Government maintains a limited stock of spare parts for most, but not all of the listed equipment. These mostly consist of spare fuses, cooling fans and air filters, but some control circuit boards and silicon controlled rectifiers (SCR’s) are stocked for some units. If the parts are available, they may be provided to the Contractor for remedial repair work in lieu of purchasing new parts from the Contractor. (7) QUESTION: Has this equipment been under a maintenance contract previously? If so, for how long and with who? ANSWER: The incumbent Contractor is Static Power Conversion Services, Inc., Columbia, MD. The contract has been in place since 7/27/2000 and expires on 07/31/2005. All the units listed in the RFQ except Units A, P, Q, R, & S are covered by the current contract. Of these, Units A, Q, R, & S have recently come out of warranty. Unit P is still under warranty. (8) QUESTION: Is there an existing software suite that is utilized in the preparation/maintenance of preventive maintenance schedules? If so, is that software kept on a classified or unclassified system? If so, what is the name of the software suite? ANSWER: The Government is not currently using any software for maintenance purposes. (9) QUESTION: Is there an internal, 24-hour hotline for emergency maintenance requests? ANSWER: The Government has a maintenance request hotline for normal duty hours and an alternate number for non-duty hours. (10) QUESTION: Are current operations and maintenance manuals maintained for the UPS systems included in the RFQ? If not, should the development of operations and maintenance manuals be included as an alternate in the response? ANSWER: It is the responsibility of the successful Contractor to provide/obtain all necessary O&M information in order to perform the necessary maintenance services. However, as stated in paragraph 1.2 of the Statement of Work – Maintenance Limitations, the Government understands that full maintenance services may not be available from one Contractor for each type of UPS equipment listed due to the variety of UPS equipment manufacturers included in the Statement of Work. If there are any such limitations, they should be listed in detail in the offeror’s proposal, as stated in paragraph 1.2 of the Statement of Work. C. The date and time for receipt of proposals is changed from 3:00 PM/EST, 05/18/2005 to read 3:00 PM/EST, 06/01/2005. END OF AMENDMENT NO. A00001 TO RFQ NO. HSFEMW-05-Q-0014 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-EPR/FEMA/MWEAC/HSFEMW-05-Q-0014/listing.html)
 
Place of Performance
Zip Code: 20135
Country: USA
 
Record
SN00804296-F 20050512/050510212604 (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.