Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
MODIFICATION

J -- Trunked Land Mobile Radio Maintenace

Notice Date
9/13/2006
 
Notice Type
Modification
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron 136 K Avenue Ste 1, Sheppard AFB, TX, 76311-2746
 
ZIP Code
76311-2746
 
Solicitation Number
Reference-Number-wynnef3v3cm6170a200
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Point of Contact
Haven Wynne, Contract Administrator, Phone 940-676-5192, Fax 940-676-2178, - Renee Gifford, Contracting Officer, Phone (940) 676-3283, Fax (940) 676-2178,
 
E-Mail Address
haven.wynne@sheppard.af.mil, renee.gifford@sheppard.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued.</p> This F3V3CM6170A200 is issued as a request for quote (RFQ). The solicitation number a Submit written offers (oral offers will not be accepted), on RFQ . The evaluation will be based on price alone. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 2006-0814. This procurement is being issued as 100% SMALL BUSINESS SET ASIDE. North American Industry Classification Standard 811213, Size Standard, $6.5M, applies to this procurement. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). </p> 0001- (Brand name only) Motorola Maintenance, Trunked land mobile radio infrastructure. QTY 12 Unit months IAW Statement of Work for period 1Oct 06 - 30 Sept 07. </p> Sheppard AFB System Land Mobile Radio Services Statement of Work 1. Introduction 1.1 The statement of work is intended to outline the requirements for the delivery of a high level of system availability, performance, and support for Sheppard?s digital trunked land mobile radio communication system. The service offerings in this program shall provide for a range of services and support capabilities, from the most basic radio repair service (break-and-fix), to full network management and support programs, with scalable service offerings in between. The specification also requires service be performed and coordinated through qualified field resources and centralized resources through automated systems tools. 1.2 Motorola Trunked Land Mobile Radio Infrastructure equipment covered by this maintenance contract are listed below: Infrastructure repair 1 Smartnet Site 7 Smartnet Station-Astro 3 Smartnet Operator Positions (Fire Department, Command Post & Security Forces) On-Site Infrastructure Response with local dispatch service 1 On-site infrastructure Response-Sites-Non-Conventional 7 On-site infrastructure Response-Stations 3 On-site infrastructure Response-Ops 3 Dispatch Center Locations (Fire Department, Command Post & Security Forces) 2. System Performance and Maintenance 2.1. System Maintenance: Sheppard AFB expects that the utmost care and attention be given to maximizing the system network availability, despite the failure of individual components. The proposal shall include a recommended maintenance schedule to minimize likelihood that the system will revert to any of the fallback modes. To maintain successful system operation Sheppard expects consistent, comprehensive routine maintenance backed up by expedient remedial action in response to fixed equipment failures. 3. Local Service Response 3.1. System Failure Response: Contractor shall respond to a major system failure, as defined below, within two (2) hours of notification. Response to minor system failures, as defined below, shall be made within eight (8) hours or beginning of next normal workday. Response is defined as having a certified technician on-site at the Sheppard facility where the failure occurred or remote diagnostics started by certified technicians. Definitions: Major System Failure ? Danger to life, property, production or affects more than 50% of the equipment. Examples are; controller down - system not in fail soft, controller down - system in fail soft, Control channel repeater failed or degraded and does not switch to alternate repeater, any emergency service console fails, receiver multi-coupler complete failure, or 75%of control channel repeaters fail. Minor System Failure ? Affects less than 50% of equipment and effect on operations is not adverse. Sheppard-authorized representatives will determine the severity level of system failures. 4. Field Resources 4.1. Maintenance Qualifications: Personnel employed by the Service Contractor must be fully qualified to perform all service, maintenance, and installation (if required), in a professional manner according to the standards established by equipment manufacturers and in accordance with requirements of Sheppard AFB. Further, all pertinent Sheppard installations must meet or exceed the requirements of the Electronics Industry Association (EIA) and the Federal Communications Commission (FCC), which are current at the time of the installation. 5. Preventive Maintenance 5.1. General Maintenance Requirements: The contractor will provide operational test and alignment, as applicable, on Sheppard?s equipment (infrastructure and fixed network equipment only) to ensure the equipment meets original manufacturer?s specifications. Contractor will remove any oil, dust, and/or foreign substances from the equipment, clean air filters, and measure, record, align, and adjust the applicable equipment parameters listed below, to the frequency, modulation, and power assigned to Sheppard AFB. Contractor will also review system diagnostics for abnormal operation or conditions. Preventive Maintenance activities will be documented and provided to Sheppard-authorized representatives upon completion. In addition, contractor will notify Sheppard-authorized representatives of any facility deficiencies that may be detrimental to the equipment (e.g. water leaks, unstable fixtures, etc.). Minimum Preventive Maintenance Checks: Transmit Frequency Deviation Transmitter Power Reflected Power in Antenna line Combiner and circulator losses Receive Sensitivity Audio Output Levels 5.2 Conditions of Performing Maintenance: The contractor will ensure minimum system disruption during preventive maintenance checks and correction of items identified as not meeting standards. System downtime shall be coordinated with appropriate Sheppard AFB agencies at least 24 hours before work begins. Contractor shall complete annual preventive maintenance inspection at least three (3) months before expiration of current-year maintenance contract and correct all items noted during the inspection before expiration of contract. If the basic contract period is less than 4 months in length, the contractor shall complete annual preventive maintenance within the basic period and correct all items noted during the inspection by the end of the second month of the next option period. 5.3 Local Dispatch: Contractor shall provide to Sheppard AFB contact information, available 24 hours per day, 7 days per week, for the local maintenance repair facility for notification of system failures. 6. Subscriber Radio Repairs 6.1. Repair and Return: The contractor shall provide Repair and Return service for subscriber equipment including conventional, trunked, clear and encrypted technology. Repair and Return is defined as a vendor service plan whereby the customer ships their subscriber equipment or Line Replaceable Units (LRUs) to qualified service center for repair. The vendor shall describe its Repair and Return program as part of the CRS (customer requirements statement) response. 6.2 Factory Mutual Certification: The contractor will provide proof of Motorola Factory Mutual Research Corporation certification for the purpose of subscriber repair on all Intrinsically Safe Radios. Preventive maintenance/FM certification required once annually for each subscriber unit. 6.3 COMSEC Account: The contractor shall provide service facilities authorized by the Federal Government, capable of servicing Type III encryption (AES) equipment. 6.4 Repair timeline: Portable equipment shall be repaired at a certified service facility within an average of (10) business days. 6.5 Shipping: The contractor shall be responsible for overnight shipping to/from the repair center. 6.6. Repair Warranty: All repairs should carry a 90-day warranty or better. 7. Technical Telephone Support 7.1 Technical Telephone Support: The contractor must provide technical assistance 24 hours per day, 7 days per week, 365 days per year via a toll-free hot line, to support local contractor technicians and Sheppard AFB system management personnel. The lines will be manned with technical consultants and engineering personnel capable of troubleshooting issues that exist within the infrastructure.</p> FOB: Destination for delivery to Sheppard AFB TX 76311</p> The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-1 Solicitation Provisions Included by Reference(http://farsite.hill.af.mil/vffara.htm) :</p> The clause at FAR 53.204-7, Central Contractor Registration The provision at FAR 52.247-37 FOB Destination</p> The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. </p> The provision at FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. </p> The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation.</p> The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-06, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) FAR 52.222-03, Convict Labor (June 2003)(E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)) FAR 52.232-33, Payment by EFT-CCR</p> FAR 52.222-41, Service Contract Act of 1965 Far 52.222-42, Statement of Equivalent Rate For Federal Hires</p> The clause at FAR 52.232-18, Availability of funds. </p> The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests </p> The clause at DFARS 252.204-7004, Alternate A The clause at AFFARS 5352.223-9001, Health and Saftey on Government Installations The clause at AFFARS 5352.201-9101, Ombudsman The Government reserves the right to award on a multiple award or an all or none basis. Submission of a quote does not obligate the government to make an award.CONTACT SSGT HAVEN WYNNE FOR ATTACHMENTS TO THIS SYNOPSIS/SOLICITATION AT THE BELOW NUMBER All quotes must be emailed to SSgt Haven Wynne,haven.wynne@sheppard.af.mil. 940-676-5192. Quotes are required to be received no later than 4:00 p.m. CST, Monday, 18 Sept 2006.</p>
 
Place of Performance
Address: 82nd Communications Squadron, 801 AVE H, SHEPPARD AFB,TX,
Zip Code: 76311-2746
Country: UNITED STATES
 
Record
SN01142215-W 20060915/060913220957 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.