Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

70 -- Facsimile Transceiver Maintenance

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244
 
ZIP Code
21244
 
Solicitation Number
JS12022005
 
Response Due
12/8/2005
 
Archive Date
12/23/2005
 
Description
The Social Security Administration is seeking quotations for maintenance for facsimile transceivers. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written request for quotation will not be issued. The Government intends to award without discussions. The Government reserves the right to conduct discussions with prospective contractors if it is in the best interest of the Government. This procurement is being conducted as a simplified acquisition in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The North American Industry Classification System code for this acquisition is 541512. The small business size standard is $21 million. FAR Subpart 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. See specific instructions below. All vendors shall include with their quotation, a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. The additional FAR clauses/provisions apply: 52.217-7 Option for Increased Quantity, 52.217-9 Option to Extend the Term of the Contract, and 52.232-19, Availability of Funds. In accordance FAR Subpart 5.203(b), quotations are due no later than 1:00pm, Thursday, December 8, 2005 and must be submitted electronically to joan.m.smith@ssa.gov. The files may be compressed into a single file that is capable of extraction using WinZip Computing WinZip software version 8.0. If the zipped file is too large for transmission via electronic mail (SSA?s limitation is 10 megabytes), multiple compressed files may be submitted. Questions regarding this solicitation shall be submitted in writing only. Phone calls will not be accepted. Delivery shall be made within 30 days after the receipt of order (ARO) to the delivery locations listed on attachment number three. ITEM DESCRIPTION This requirement is for maintenance for facsimile transceivers. INSTRUCTIONS TO VENDORS Please submit your price quotation in accordance with this RFQ by the due date, December 8, 2005. To be eligible to receive an award resulting from this solicitation, the contractor must be registered in the Central Contractor Registration (CCR) database. To register, you may apply through the Internet at www.ccr.gov. POINT OF CONTACT: Joan Smith, Contract Specialist, Phone 410-965-6269, Fax 410-965-9560, email joan.m.smith @ssa.gov GENERAL: General Instructions for Completing Pricing Table a) Purpose and Scope: The Government intends to issue a Delivery Order with three option years for the purchase of Principle Period Maintenance (PPM) and On-Site Support for the Social Security Administration?s (SSA) Headquarters Fax Maintenance. The term of the Delivery Order is one year plus three optional one-year periods for a total contract life of 48 months. Complete Price Table in accordance with the table?s instructions. The data presented in the pricing tables will be used for the evaluation of the offer. The pricing Table B-1 ? Unit Price Table will also be used for contract administration after a contract is awarded. The Government will not pay prices other than those listed on the Table B-1 ? Unit Prices. The Government has provided a computer generated table that include most of the data necessary to evaluate proposed unit prices. The contractor may use their own versions of these tables, either manual or computer generated, provided they include all required data and pricing information described herein. b) Detailed Prices The systems offered are expected to change throughout the systems? life. Therefore, the contractor?s unit price tables must be sufficiently detailed so as to permit determination of the price of such changes and to facilitate contract administration. Additional Pricing Rationale Sheets shall be attached, if necessary. c) No Charge Items ? All solicited items must be in the pricing table(s). If there are no prices associated with the item, N/C (no charge), shall be inserted in the unit price columns. d) Additional Prices/Costs ? Any other or additional costs associated with meeting the terms, conditions, and/or exceptions to the solicitation shall be included in and made part of the pricing tables. e) Supplemental Services and Growth -- It is anticipated that, during the period of performance of this contract, there will be a need for supplemental services and/or growth as detailed in Addendum C and Attachments. B-II INSTRUCTIONS FOR TABLE B-1 ?UNIT PRICE TABLE This table provides the format for listing the unit prices applicable to principle period maintenance and on-site support. Below is an explanation of the items listed in Table B.1: Unit ? Enter the designated information for each line item as appropriate. Annual - Enter the designated information for each line item as appropriate. Pricing Rationale Sheets ? The contractor shall attach additional pricing rationale sheets, if necessary, to provide additional narrative information concerning pricing assumptions or deviations. ADDENDUM C ? STATEMENT OF WORK C-I. General Background The Social Security Administration (SSA) has a requirement for on-site maintenance of government-owned facsimile transceivers that are located throughout the Headquarters campus complex; Woodlawn outlying buildings; Metro-West (Baltimore City); Washington, DC; and the OHA Headquarters in Falls Church, Virginia. This requirement shall have the flexibility to increase/decrease quantities; to add, delete and change make, model and serial numbers for those transceivers requiring or no longer requiring on-site maintenance during the period of the contract. This requirement is for a 1-year period with 3 option years. SCOPE The contractor shall provide on-site maintenance, labor, documentation of problem and needed services, repair parts, maintenance supplies, tools, test equipment, transportation and other related services to keep the facsimile transceivers in good operating condition. See attachment for the make and models of facsimile transceivers that will be covered at the start of this contract. The contractor shall have experience in maintaining government-owned facsimile models as identified in the ?Attachment: SSA Facsimile Make and Models?. The make and model of transceivers may vary throughout the contract due to manufactures model changes (refer to Blanket Purchase Agreement 0440-98-35257. The government shall notify the contractor of any changes in make or model of transceivers. NOTE: On-site maintenance service shall not include the electrical work external to the facsimile transceiver; furnishing of expendable and consumable supplies (i.e., paper, toner, drums, developers and paper trays); repair damage (caused by users) resulting from accidents, transportation between government sites, negligence, and misuse; failure of electrical power, air conditioning, humidity control; and caused by the act of God. C-II. Mandatory Requirements The facsimile on-site maintenance service shall include but is not limited to the following: C-II A. Maintenance a)The contractor shall provide on-call maintenance service during the Principal Period of Maintenance (PPM) at a monthly, fixed-price charge for a 12-month period beginning December 1, 2005 and ending November 30, 2006. Additions, deletions or replacements that cause an increase/decrease in equipment quantity shall be adjusted in the monthly maintenance charge. b) The maintenance shall be performed after notification that a facsimile transceiver is inoperative. The contractor shall provide to the government, a single point-of-contact and a toll-free telephone number for continuous telephone answering service coverage during the PPM to permit the government to make such contact. c) The contractor?s maintenance personnel shall arrive on-site within 8 government working hours and complete the repair within 24 hours upon receiving a repair call. On-site service shall be provided during the PPM, Monday through Friday, between the hours of 8 a.m. and 5 p.m., excluding federally observed holidays. d) If the facsimile transceiver to be serviced can not be repaired on-site within 24 hours after arrival of the contractor?s technician, the contractor shall be responsible for immediately providing a loaner facsimile transceiver comparable to that equipment which is to be repaired. The loaner facsimile transceiver shall remain at the government?s site until such time as the original equipment is returned or the government authorizes the contractor to retrieve the loaner. C-II B. Malfunction Reports The contractor shall furnish a signed malfunction incident report to the project officer upon completion of each maintenance call. The report shall include the following: a) Contract number b) Location of facsimile transceiver c) Fax phone number d) Date and time notified of trouble e) Date and time of arrival on-site f) Facsimile transceiver make, model and serial number g) Time spent on repair h) Description of malfunction i) Parts replaced (if applicable) j) Description of work k) A meter reading of the total copy count (if applicable) l) Comments on the cause of the malfunction m) Date and time facsimile transceiver was returned to successful operation n) And state if a loaner was provided or picked up This report shall be signed by a government representative at the site and the contractor?s technician. The contractor shall leave one copy of the malfunction report at the facsimile receiver location and one copy shall be provided to the project officer. In addition, the contractor shall furnish to the project officer a monthly malfunction report. The monthly malfunction report shall be a list of all malfunction transactions that have occurred throughout the month. This report shall be given to the project officer within 10 working days after the first of each month. Failure to provide the government with a properly completed and a properly signed malfunction report (on-site malfunction reports and monthly malfunction transaction reports) may affect payment of invoices submitted by the contractor. Additionally, the contractor shall complete any other maintenance forms required by the government. C-II C. Non-Chargeable Maintenance Items There shall be no additional charges for the replacement of parts for the facsimile transceivers covered under this contract unless damage was due to the fault of the government users. C-II D. Maintenance Outside of PPM and No Trouble Found (NTF) The government shall have an option to request maintenance service outside of the PPM on an on-call basis, or if a call results in no trouble found, charges for such services should be based on an hourly rate. C-II E. Competency of Contractor?s Personnel Maintenance service shall be provided by technicians with at least 1 year of experience working with the various manufactured facsimile transceivers covered by this contract. C-II F. Spare Parts Inventory a) The contractor shall maintain an inventory of spare parts, repair parts, and tools, as necessary, to properly and efficiently maintain facsimile transceivers, during the life of the contract. b) Only new, standard parts, or parts equivalent to new in performance, for which a warranty is provided, shall become the property of the government. C-II G. Expendable Supplies The contractor shall not be held responsible for expendable supplies of toner cartridge, developer cartridges or drum cartridges. C-II H. Discontinuance Notice The government shall give the contractor 30-working days, prior to written notice of the discontinuance of maintenance services, wholly or partially, or a shorter notice when agreed to by the parties, when individual units no longer require coverage. This clause does not waive the government?s right to terminate for default or convenience at any time during the contract life. C-II I. Preventive Maintenance The contractor shall perform Preventive Maintenance (PM) for each unit within a year on a cyclical basis. This contract shall require a certain percentage of units to receive PM each month, either by type or by location, such that all units are checked over the course of the year. The government reserves the right to specify the schedule for the performance of the PM, should it be necessary. The contractor shall provide the project officer with a monthly transaction report of all units provided PM service, and the report shall be given to the project officer within 10 working days after the first of each month. This report shall include the following: a) Contract number b) Location of facsimile transceiver c) Date and Time of PM d) Facsimile transceiver make, model and serial number e) A meter reading of the copy count of the history of the unit (if applicable) f) Fax phone number ADDENDUM D ? CONTRACT TERMS AND CONDITIONS D-I. PERIOD OF PERFORMANCE: The term of this Delivery Order is one year with three one-year options. D-II. CONTRACT TYPE: This is a firm-fixed price, delivery order which is being awarded under a GSA Schedule Contract. D-III. 52.217-7 OPTION FOR INCREASED QUANTITY ? SEPARATELY PRICED LINE ITEM (MAR 1989) ? The Government may require the delivery of the numbered line items, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. D-IV. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ? The Government may extend the term of this contract by written notice to the Contractor by the effective date of maintenance take over or within 30 days of funds becoming available, whichever is later; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any option under this clause, shall not exceed four (4) years. D-V. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) ? Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. D-VI. AS 403 ? SECURITY REQUIREMENTS CLAUSE Purpose: To provide procedures for obtaining suitability determinations for contractor personnel who will be performing under the contract. Definition: ?Performing under the contract? is defined as either working on-site at an SSA facility (including visiting the SSA site for any reason) or having access to agency programmatic or sensitive information. Suitability factors: Suitability considerations include: Delinquency or misconduct in prior employment. Criminal, dishonest, infamous, or notoriously disgraceful conduct. The nature and seriousness of the conduct. When the conduct occurred. The applicant?s or employee's age at the time of the conduct. The circumstances surrounding the conduct. Intentional false statement, deception, or fraud on application forms. Habitual use of intoxicating beverages to excess. Abuse of narcotics, drugs, or other controlled substances. Reasonable doubt as to the loyalty of the individual to the Government of the United States. The kind of position for which the person is applying or in which the person is employed. Contributing social and environmental conditions. The absence or presence of rehabilitation or efforts towards rehabilitation. Authorities: Childcare center security requirements mandated by The Crime Control Act of 1990, Public Law 101-647, subtitle E, as amended by Public Law 102-190. Personnel security requirements for programmatic and sensitive information are mandated by Executive Orders 10450 and 12968, and Title 5, Code of Federal Regulations (CFR), Parts 731, 732, and 736. Protective security requirements mandated by the General Services Administration (GSA). Required Forms: 2 completed forms FD-258, "Fingerprint Charts*," (The contractor will absorb the costs for obtaining fingerprints.) 1 completed GSA 176, "Statement of Personal History,? 1 completed Optional Form 306, ?Declaration for Federal Employment,? 1 completed ?Fair Credit Reporting Act (FCRA) authorization form**,? and For a Non-U.S. citizen, 1 legible photocopy of the work authorization permit and social security card. * Preprinted with MD900310Z, SOC SEC ADMIN, PROT SEC BR, BALTIMORE, MD on the form. ** The FCRA, as amended on September 30, 1997, requires that the Government notify each applicant, employee, and contractor (in a document consisting solely of the notice) that a consumer report may be used for employment purposes. The applicant, employee, or contractor must authorize this use in writing before the Government obtains the consumer report. The FCRA also requires that, before taking adverse action relative to an employment decision based on a consumer report, the agency provide the consumer with a copy of the report, and a copy of the Federal Trade Commission?s Consumer Rights Notice. To comply with these requirements, SSA requires that the contractor submit each applicant?s or employee?s signed FCRA authorization form along with the other investigative documents. Obtaining Forms: The contracting officer will include a set of the forms with the signed contract. The contractor may contact the Protective Security SPO on (410) 965-4548 for additional forms.
 
Place of Performance
Address: Woodlawn, MD and various locations
Zip Code: 21235
Country: USA
 
Record
SN00943898-W 20051204/051202212328 (fbodaily.com)
 
Source
FedBizOpps 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.