Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

D -- Telephone Maintenance and Support Services

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497-06-P-0009
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis and solicitation for telephone maintenance and support services for the 436th Medical Treatment Facility. This solicitation is set aside to Service Disabled Veteran Owned Small Businesses (SDVOSB). NAICS is 517110, small business size standard is 1,500 employees. The maintenance and support services will be for communications products, Digital Speech WIN services Voice Mail/Auto Attendant Systems already in use. The contractor is required to furnish all labor, materials, equipment, supplies and transportation as required to provide maintenance and support for the Hospital Telephone Answering System (HTAS) from 1 October 2005 through 30 September 2006. The services requested are included in the following four contract line item numbers (CLIN): CLIN 0001, TELEPHONE SUPPORT-PHONE SYSTEM MAINTENANCE AND TECHNICAL SUPPORT. The contractor will provide continuous telephone technical support 24 hours per day, seven days per week. This support includes any moves, additions and changes to the HTAS system to include application script changes that do not require the contractor?s service representative to be on site. Quantity: 12, Unit: Month, Cost per Unit, Total Cost. CLIN 0002, ON-SITE SUPPORT-PHONE SYSTEM MAINTENANCE AND TECHNICAL SUPPORT. Any moves, additions and changes to the HTAS system that require a contract service representative to be on site will be billed at an hourly rate. Quantity: 1, Unit: Hour, Cost per Hour. CLIN 0003, NATURAL DISASTER SUPPORT. Coverage for acts of God such as lightening, flood, etc. will be addressed with the contracting officer per occurrence. Quantity: 1, Unit: Hour, Cost per Hour. CLIN 0004, FOLLOW-UP RETRAINING AND CONSULTING. The contractor will provide follow-up retraining and consulting on site at the hospital?s request, not to exceed sixteen man-hours per trip. Quantity: 1, Unit: Each, Cost Each. NOTE: Travel expenses in accordance with the Joint Travel Regulation and verified by the Government are authorized under CLINS 2, 3 and 4. Any equipment charges shall be approved by the Contracting Officer prior to invoicing. Replacement parts will be provided by the contractor?s office. The POC from the hospital will promptly return replaced part to the contractor?s office to avoid additional billing when equipment is provided via telephone support. Priority calls will be determined by the hospital POC. A contractor?s representative will respond to all priority one and two calls no later than two hours from the time the call is placed. The contractor?s representative will respond to priority three calls for routine questions or minor problems no later than eight hours from the time the call is placed. If it is determined that the contractor representative is needed on site for a priority one call, representative will be on-site within twenty-four hours and the contractor will advise and update the hospital POC no less than every four hours on the status of the repairs. Priority one and two calls can be made at any time including weekends and holidays. The calls will be handled according to the terms set forth in this requirement. Additional Information: AN EXPERIENCED TECHNICIAN FULLY CERTIFIED IN DIGITAL SPEECH AND EON COMMUNICATIONS SYSTEMS IS REQUIRED. Proof of current full certification and a statement of technician?s past experience on listed systems shall be included with contractor?s proposal. Equipment currently in use includes eOn Communications DSP-1000-US-110, (2) Enhanced Line Card AS4003-117, (2) BRI digital station card 117-6555, I/O relay 11704132, ACD License AS8020-119, (41) 38 button telephone with display 2383-440X-10; TSI Power Corp UPS 16000; Phoenix Teledata 0300 Apts Backboard Kit; Interalia V-38 digital announcer 3 messages 8 minutes; and Digital Speech Systems Inc WINI650012 WIN 16/500 12 port 100 hour inband. This synopsis and solicitation is prepared in accordance with the format in FAR subpart 12.6. This procurement is restricted to Service Disabled Veteran Owned Small Business concerns and will follow the simplified acquisition procedures in FAR Part 13. This solicitation is a Request for Quote (RFQ). This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit written quotes; oral offers will not be accepted on RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. All FAR clauses can be obtained by accessing the Internet at http://farsite.hill.af.mil. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, as of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov; FAR clause 52.212-4, Contract Terms and Conditions-Commercial Terms; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside;; 52.222-3, Convict Labor; 52.222.19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities (FAR 22.810); FAR 52.222-26, Equal Opportunity (FAR 22.810); FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-41, Service Contract Act of 1965;52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage Fringe Benefits 23930 TELECOMMUNICATIONS MECHANIC I $ 22.17 32.85% 23931 TELECOMMUNICATIONS MECHANIC II $ 22.99 32.85% 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7002, Qualifying Country Sources as Subcontractors; Interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be obtained by accessing the Internet at www.ccr.gov. Vendors not registered in CCR database prior to award will be ineligible for award. All contractor charges/invoicing will be in arrears, on a monthly basis. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training information available at no cost is located at www.wawftraining.com. Award will be based on best value determination of price and experience. The Government reserves the right to make an award on the initial quote without discussions on this procurement. All proposals must be faxed to (302) 677-2309 or emailed to tung.nguyen2@dover.af.mil. POC is TSgt Joe Nguyen at 436 CONS/LGCB, 639 Atlantic Street, Dover AFB DE 19902, telephone (302) 677-5220. Information submitted by offerors in response to this RFQ must be received not later than 09 September 2005 at 4:00 p.m. eastern daylight time.
 
Place of Performance
Address: 436th Medical Treatment Facility, 300 Tuskegee Street, Dover AFB, DE
Zip Code: 19902
Country: USA
 
Record
SN00880646-W 20050828/050826212525 (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.