Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

J -- Repair of Commercial Off The Shelf (COTS) Computer Peripheral Equipment

Notice Date
1/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-06-Q-70238
 
Response Due
2/14/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION: FA8519-06-Q-70238 POC: Contact Lt Grace M. Shave, Contract Specialist, Phone: 478-222-1863, FAX: 478-222-1854 DESCRIPTION: This is a combined synopsis/solicitation for commercial repair services of 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; proposals are being requested and a written solicitation will not be issued. This solicitation number FA8532-06-Q-70238 is issued as a request for quote (RFQ) and will result in a ONE TIME Firm Fixed price repair contract.This is a small business set-aside.Award will be made on an all or none basis. Award date is expected to be not later than 28 Feb 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 11 April 2005 & Class Deviation. The NAICS Code assigned to this project is 811212, the size standard for a small business is 1000 employees. The requirement is for a Performance Based Work Statement (PWS) dated 31 Oct 2005 below: 1.0 DESCRIPTION OF SERVICES 1.1 The Government?s contract objectives for In-Plant Depot Level Repair of COTS equipment is described in this Performance Based Work Statement. The specific way in which these objectives are attained will be described in each offeror?s proposed Performance Based Statement of Work (PSOW) IAW AFI 63-124. 1.1.1 The objective of this acquisition is to provide repair services for the NSNs and product part / revision numbers identified below. However, NSNs and Part Numbers are subject to change as the baseline changes at the system level. Such configuration changes may drive CLIN additions/deletions as mutually agreed to between the Government and the Contractor. Configuration baselines for FSG-59 & 70 computers are controlled by the Original Equipment Manufacturer (OEM). Use of the most current repair parts are desirable except when form, fit and function is affected. NSN P/N Noun 5998-01-146-0809JZ T250-2197A CCA 6130-01-291-8151JZ 1840 Power Supply 5998-01-064-1520JZ 005-0035553 CCA 7025-01-354-0703 HP88780B Magnetic Tape Trans 1.2 Performance Objectives 1.2.1 Establish a contract vehicle for repair of end items, utilizing repair components that are equal to or superior to original (OEM) components, which meet applicable Acceptance Test Procedures (ATPs), drawings, handbooks, manuals, and/or specifications established by OEM (or otherwise approved by the Government) and which will perform in next higher assemblies. 1.2.2 Ensure compliance with the Government?s required delivery/turn-around time requested within the solicitation (or otherwise agreed to). 1.2.3 Ensure early Contractor identification and reporting of Government reparables which are misidentified, misdirected, or are missing recoverable modules/subassemblies. 1.2.4 Ensure Contractor facility environmental controls meet commercial industry standards and are adequate for work performed. 1.2.5 Ensure the Government takes advantage of any commercial warranty normally extended to the Contractor?s commercial customers. 1.2.6 Ensure End Item Production Reporting requirements shall be IAW attached DD Form 1423 for End Item Transaction Reporting System- G009 (DI-ALSS-81533C) and Flow Day Reporting (DI-MGMT-80995/T). 1.2.7 Engineering Requirements: The contractor shall repair obsolete/damaged electronic components that must be "DYNAMICALLY CHECKED" and tested to meet the OEM?s specifications. The contractor must demonstrate that he/she possesses the necessary mock-ups, test equipment, documentation, and training of technicians to correctly repair the electronic component in question. This may include, but is not limited to System Compatibility Testing and Form Fit Function Replacement. (This testing may be accomplished by sub contracting a company to hot check repair validity prior to placing the item back into the supply system). 1.2.8 Government Industry Exchange Program (GIDEP): The contractor shall develop, implement and participate in the GIDEP program in accordance with the Defense Acquisition Deskbook under ?Information Structure? at Section 2.6A. Practices and procedures followed by GIDEP participants are detailed in the GIDEP Operations Manual published by the GIDEP Operations Center. MIL-HDBK-965, ?Acquisition Practices for Parts Management?, contains suggested GIDEP contractual language. The contractor shall be required to submit all appropriate data requirements to GIDEP as it is generated in accordance with the contract data requirements list (CDRL) of this contract,(Data DID: DI-QCIC-80125B). Part, component, material, equipment, or manufacturing process deficiencies (actual or potential) shall be reported to GIDEP. The contractor shall maintain a record of the status and disposition of all Alert/Safe Alert reports. 1.2.8.1 The contractor shall screen each Alert or Safe Alert received from GIDEP to determine if the device or process, for which the alert is issued,is used in the manufacture of the unit and take appropriate action. Upon determination that an Alert/Safe Alert has implications to the units being manufactured or repaired, a response shall be submitted informing all specified organizations in accordance with the CDRL. Subcontractors to the prime shall be notified of reports associated with the device, components or processes supplied by the subcontractor to the prime. (DI-QCIC-80126B) 2.0 SERVICE DELIVERY SUMMARY The purpose of this acquisition is to provide a contract vehicle to obtain repair services for the items listed in Section 1, Para. 1.1.1. 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES Contractor shall furnish all material, support equipment, tools, test equipment, and services. 4.0 GENERAL INFORMATION 4.1 Packaging (See AFMC Form 158). When shipping containers are received that meet the requirements of the AFMC Form 158 and are suitable for return shipment of serviceable assets, they shall be reclaimed, stored, and protected for reuse. Unserviceable containers shall be disposed of and replaced with new containers that meet the requirements of the AFMC Form 158. 4.2 Condemnation: The Contractor shall not condemn any asset unless the item has 75% of the hardware physically crushed or 75% of the components have been electrically burned out. Condemnation requests by the Contractor shall be submitted through the ACO/PCO to LESBR for disposition. Condemnation requests shall be accompanied by a detailed list of the damaged or missing parts/components and will be verified by the ACO's inspection accomplished at the contractor's facility. The condemnation request will then be forwarded by the ACO to the PCO for disposition instructions. This action shall be taken within 30 days after receipt of reparable asset(s) for routine requirement and within 24 hours after receipt of asset for MICAPs. 4.3 Quality Requirements: The contractor shall accomplish a commercial item inspection in accordance with FAR 52.212 - 4, Non-GSA as applicable to this contract. 4.4 In accordance with DoDI 3020.37, Continuation of Essential DOD Services During Crisis, this effort is not considered mission critical and will not continue in the event of a crisis. 5.0 ATTACHEMENTS AND SERVICES MIL-STD 2073-1D, DTD 10 May 02, Standard Practice for Military Packaging MIL-STD 129P w/change 2, DTD 10 FEB 04, Military Marking for Shipment and Storage The contract line items shall be as follows: 01) NSN 5998-01-064-1520JZ 3 EA 02) NSN 7025-01-193-8087 6 EA 03) NSN 7050-01-220-3998 1EA 04) NSN 7025-01-354-0703 1 EA 05) Data IAW CDRL 05AA) A001 GFM & G009 Report 05AB) A002 Maintenance & Service Report 05AC) A003 Alert/Safe Alert 06) Warranty Please include shipping costs FOB destination in the prices of the items. The government does not own nor has access to the data associated with this equipment. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale and list the length in their proposal. Acceptance of the warranty does not waive the Government?s right under the inspection clause, nor does it limit the Government?s rights with regard to the other terms and conditions under this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The equipment shall be FOB Destination. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 06) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation ? Commercial Items (Jan 99) - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Each offeror shall provide back-up information supporting the price offered. This could take the form of the most recent catalog price list, invoices from previous repairs of same items, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (Mar 05) ? with its offer by entering the information into http://orca.bpn.gov. The FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial Item Inspection (Sep 05) applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 06) apply to this acquisition, specifically, the following cited clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 (Oct 95), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business concerns (May 04), 52.219-14 Limitation on Subcontracting (Dec 96), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 05), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Apr 02), 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.222-36 Affirmative Action for Handicapped Workers (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 01), 52.225-3 Buy American Act Supplies (Jan 06), and 52.232-33 (Payment By) Electronic Funds Transfer (Central Contractor Registration) (Oct 03), 52.247-1 Commercial bill of lading (Apr 84), 52.247-52 Clearance and documentation requirements (Apr 84), 52.247-34 F.O.B. Destination (Nov 91), AFMCFARS 5352.247-9019 Fast Transportation (Apr 01), AFMCFARS 5352.247-9009 Military Packaging and Marking-The following DFARS clause and provision applies to this solicitation and is incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (Dec 05). The Government reserves the right to award the contract without initiating discussions. Responses to this solicitation are due by 1500 hrs (3:00p.m.) on 14 Feb 2006. The proposal shall be signed by an official authorized to bind the company. Offerors shall submit 1 copy of their proposal to be mailed to 542 SEVSG, 380 Richard Ray BLVD STE 104, Robins AFB GA 31098-1647 ATTN: Lt Grace M. Shave and/or emailed to Grace.Shave@robins.af.mil. The Representations and Certifications (FAR 52.212-3 and DFARS 252.212.7000) shall be entered into ORCA at http://orca.bpn.gov: No telephone inquiries will be accepted. Additional Attachments are posted.
 
Record
SN00976793-W 20060202/060131213042 (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.