Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
MODIFICATION

72 -- This is a combined synopsis/solicitation for commercial items. Non-Personal services for Television/Satellite Operation and Maintenance at Wilford Hall Medical Center Complex.

Notice Date
8/12/2005
 
Notice Type
Modification
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-05-T-0011
 
Response Due
8/22/2005
 
Point of Contact
John Bandy, Contract Specialist, Phone 210-292-5240, Fax 210-292-5333,
 
E-Mail Address
john.bandy@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items. Non-Personal services for Television/Satellite Operation and Maintenance at Wilford Hall Medical Center Complex, Bldg. 4550, 2200 Berquist Ave. on Lackland AFB, TX. in accordance with the attached Performance Work Statement (PWS). This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. Solicitation FA3047-05-T-0011 is issued as a request for quote (RFQ). The Basic Performance period is 01 Oct 05 – 30 Sep 06, with four (4) option periods (1 Oct 06 – 30 Sep 10). A Firm-Fixed Price contract is contemplated. This solicitation document, incorporated provisions and clauses are those in affect through the Federal Acquisition Circulars 05-01 thru 05-04 and Defense Acquisition Circular 91-13 (correction). North American Industry Classification System (NAICS) code is 811211, Consumer Electronics Repair and Maintenance; Standard Industrial Classification (SIC) is 7622, Radio and Television Repair. Size Standard of $6,000,000 applies to this procurement. This solicitation is a 100% set-aside for small business. Prospective contractors must be registered in the Central Contractor Registration (CCR) at www.ccr.gov and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov . The following FAR clauses apply to this acquisition: The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The clause FAR 52.212-2, Evaluation—Commercial Items applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. The clause at FAR 52.217-8, Option to Extend Services, applies to this solicitation. The clause at FAR 52.217-9, Option to Extend the Term of the Contract, applies to this solicitation. The clause at FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment – Contractor Certification, applies to this solicitation. The clause at FAR 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this solicitation. Request site visits, if required, by calling (210) 292-5240 to schedule date/time. All quotes must be submitted to 37 CONS/LGCC-A, 1655 Selfridge, Avenue, Lackland AFB TX 78236-5253, attention John Bandy, via email to john.bandy@lackland.af.mil, or faxed to (210) 292-5333. Quotes are required to be received no later than 3:00 PM CST, 22 Aug 05. Submit written offers only (oral offers will not be considered). Please include your telephone numbers. By submission of a quote, submitters are certifying technical capability to perform the service as described in the Performance Work Statement. Award of the contract will be based on price and technical acceptability. PERFORMANCE WORK STATEMENT FOR TELEVISION/SATELLITE OPERATION AND MAINTENANCE (NON-PERSONAL SERVICE) 1. DESCRIPTION OF SERVICE: The contractor shall provide all labor, transportation, tools, test equipment and other equipment, materials, and off-site facilities that are required to ensure the efficient operation of the Satellite Cable System (Analog and/or Digital Signal), Closed Circuit, Master Cable Television System, and Interface Configurations associated with systems at Wilford Hall Medical Center (WHMC) at Lackland AFB, TX also referred to as the Medical Treatment Facility (MTF), to include all related buildings, clinics, annexes, training areas, warehouses and other areas supported by the MTF. (Related property includes the facility roofs, drop ceiling, sub-basement, and crawl space under the buildings). Contract personnel shall petal Signal) for the reception of various Medical Training programs. They shall coordinate as needed with the user, audio visual personnel, Video Teleconference Center, and program provider (government or commercial) to insure adequate equipment (televisions, etc.) set up and program reception is tuned to the selected training area. 2.1.6. System Alignment and Calibration: (Analog and Digital) Contract personnel shall provide all test equipment and services for the alignment and calibration of the Satellite System, Master Antenna Television System and related equipment to include the Satellite Dish, Television Head-End equipment, UHF - VHF Master Antennas, In-Line system components, interface units, cabling, amplifier, splitter, face plates and jacks, etc. Alignment shall also include leveling of the Satellite Dish base structure and dish rotation. The cabling includes vertical and horizontal routes. Alignment and calibration shall be completed as required. Contract personnel shall notify the government representative the same day of any discrepancies in the system that may require action by the government. 2.2. Fire Stop: As required by Life Safety Code 101-40, Section 6-3.6 Contract personnel shall provide and use a government approved Fire Stop Compound to seal the area around cables that penetrate walls, ceilings, and floors. Product brand and part number of the fire stop shall be submitted for approval through the Contracting Officer, prior to purchase. Any alterations to real property, to include but not limited to, exterior wall / roof penetrations shall be submitted to the Contracting Officer for approval / coordination 24 hours prior to beginning of work. 2.3. Disruption of Services: If damage or disruption of services are caused through fault or negligence of the contractor, the repair shall be accomplished by the contractor within 24 hours of notification by the government representative, at no cost to the Government. All scheduled system outages exceeding 2 hours must be submitted for approval 48 hours in advance to allow for customer notification. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The government shall furnish all major equipment for the Satellite System (12 years old), Master Antenna Television System and Closed Circuit Television (CCTV) System items, including but not limited to the Satellite Dish, Master Antennas, Head-End Equipment, CCTV Camera, Monitor, Switcher, Television sets, support shelves, brackets, swing arm, amplifiers, caption decoders, remote controls, etc. The government reserves the right to service, operate, test, remove, or relocate equipment associated with this contract. 4. GENERAL INFORMATION: 4.1. Type of Contract: This contract shall be for non-personal services as defined in Federal Acquisition Regulation (FAR) 37.101. The contract will be a firm-fixed-price contract. 4.2. Qualifications: All contract personnel shall be able to read, write, and speak English well enough to communicate effectively staff personnel. The contractor shall ensure contract personnel have received Occupational Safety and Health Administration (OSHA) required training for the position in which they wil perform and that training currency is maintained. Documentation of such training shall be provided to the Contracting Officer. 4.3. Hours of Performance: Contract personnel shall respond to routine service requested during normal duty hours (7:30 A.M. – 4:30 P.M.). There may be instances when requests may be made after normal duty hours in support of urgent mission essential capabilities (scheduled training classes, video teleconferences, etc…) Depending on the time of request and response, investigative / repair time may extend beyond normal duty hours. All procedures of reporting, out-briefing, and authorizations (as stated in paragraph 2.1.1) apply to each service call, regardless of time of request. 4.6. Documentation: The government representative shall provide a Service Call / Trouble Call Form annotated with all pertainent information, to include but not limited to, description and location of problem; date/time of call; equipment identification, location, manufacturer, serial no.; corrective action; approvals, etc…. Contractor shall provide documentation of all corrective actions, to include but not limited to, date/time of response; problems discovered; problems resolved; recommended problem resolutions; and date/time of completion / outbrief. Each call ticket must be submitted with total cost indicated when job completed. 4.7. Invoicing: Contract shall submit combination Receiving Report and Invoice through Wide Area Work Flow (WAWF) via Internet Link https://wawf.eb.mil to the government representative on a monthly basis. Invoices shall be submitted within five (5) business days after the period of performance, and include service calls, hours worked on repair/calibration per call, and reimbersable parts required for repairs. 4.8. State Criminal Background Check: The contractor shall conduct state criminal background checks on all current and future contract personnel. The contractor shall be required to provide completed State Background Checks prior to commencement of performance of this contract. The criminal background checks will be performed as required by industry standard to include all previous residence states within the past 5 years. If contract personnel have previously received a background check, proof of the check shall be provided or a new one obtained. Request for Quote NOTE: THIS IS 100% SMALL BUSINESS SET-ASIDE. BASIC PERIOD OF PERFORMANCE 1 OCT 05 – 30 SEP 06 Unit Of Unit Extended Item# Description of Material or Services to be Purchased Qty Issue Price Price 0001 Initial service call and first hour of repair 145 EA ____ ____ 0002 Install, Relocate, Repair, calibration/alignment 635 HR ____ ____ 0003 Reimbursement for Parts 1 LOT ____ ____ TOTAL FOR BASIC PERIOD OF PERFORMANCE __________ FIRST OPTION YEAR OF PERFORMANCE 1 OCT 06 – 30 SEP 07 Unit Of Unit Extended Item# Description of Material or Services to be Purchased Qty Issue Price Price 1001 Initial service call and first hour of repair 145 EA ____ ____ 1002 Install, Relocate, Repair, calibration/alignment 635 HR ____ ____ 1003 Reimbursement for Parts 1 LOT ____ ____ TOTAL FOR FIRST OPTION YEAR OF PERFORMANCE __________ SECOND OPTION YEAR OF PERFORMANCE 1 OCT 07 – 30 SEP 08 Unit Of Unit Extended Item# Description of Material or Services to be Purchased Qty Issue Price Price 2001 Initial service call and first hour of repair 145 EA ____ ____ 2002 Install, Relocate, Repair, calibration/alignment 635 HR ____ ____ 2003 Reimbursement for Parts 1 LOT ____ ____ TOTAL FOR SECOND OPTION YEAR OF PERFORMANCE __________ THIRD OPTION YEAR OF PERFORMANCE 1 OCT 08 – 30 SEP 09 Unit Of Unit Extended Item# Description of Material or Services to be Purchased Qty Issue Price Price 3001 Initial service call and first hour of repair 145 EA ____ ____ 3002 Install, Relocate, Repair, calibration/alignment 635 HR ____ ____ 3003 Reimbursement for Parts 1 LOT ____ ____ TOTAL FOR THIRD OPTION YEAR OF PERFORMANCE __________ FOURTH OPTION YEAR OF PERFORMANCE 1 OCT 09 – 30 SEP 10 Unit Of Unit Extended Item# Description of Material or Services to be Purchased Qty Issue Price Price 4001 Initial service call and first hour of repair 145 EA ____ ____ 4002 Install, Relocate, Repair, calibration/alignment 635 HR ____ ____ 4003 Reimbursement for Parts 1 LOT ____ ____ TOTAL FOR FOURTH OPTION YEAR OF PERFORMANCE __________ TOTAL FOR BASIC THRU FOURTH OPTION PERIOD OF PERFORMANCE __________ NOTE: THIS IS 100% SMALL BUSINESS SET-ASIDE. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LackAFBCS/FA3047-05-T-0011/listing.html)
 
Place of Performance
Address: 2200 Berquist Ave. Lackland AFB TX
Zip Code: 78236
Country: USA
 
Record
SN00896866-F 20050917/050915213715 (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.