Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

J -- Carrier Access ATM Maintenance

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-06-T-2066
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Description
This is a combined synopsis/solicitation for commercial non-personal services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. RFQ No HC1021-06-T-2066 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide Carrier Access ATM Maintenance Support in accordance with the Statement of Work detailed below: STATEMENT OF WORK USAFE Carrier Access ATM Support 1.0 GENERAL: 1.1. The contractor shall provide enterprise support services for the Carrier Access Broadmore equipment identified in paragraph 1.2 and equipment purchased for use in the USAFE TCF-MP project during the contract period. Support shall include complete hardware and software support, access to Carrier Access Tech Support website, phone support, email support, and advance replacement of failed equipment 7x24x365. As an enterprise solution the contractor shall not require tracking of individual hardware or software components. Software support shall include operating system software, software patches, bug fixes, updates, upgrades, and maintenance releases. Tech Support website and phone and email support access shall be granted as determined by the government to support the covered items. The period of performance is six months for the base year and two three-month option periods. 1.2. Initial Covered Parts List: 1.3. The contractor shall ship at their cost a repaired or replacement part within notification by the government of a failed part via a means with tracking capability (use of the APO/FPO system is not authorized due to lack of tracking). The contractor shall provided notification to the email address listed in paragraph 5.0 of shipment to the Government POC within 24 hours of the parts being shipped from the contractor facility. 2.0 GOVERNMENT FURNISHED SUPPLIES AND SERVICES: 2.1 The government will notify the contractor of a failed part and request a Return Material Authorization (RMA) before returning parts. The government will provide the part number, serial number, suspected fault, fault conditions and indications. All repaired and replacement parts shall be shipped to the following address: USAFE CSS/SCML Attn: TSgt Steven Pecht Bldg 404 Door 5 Flugplatz Post 66781 Ramstein-Miesenbach Germany The initial parts to be covered by this contract are located at the following locations: Ramstein AB, Germany Kapaun AS, Germany Einsiedlerhof AS, Germany Aviano AB, Italy Sembach Annex, Germany RAF Molesworth, United Kingdom RAF Alconbury, United Kingdom RAF Mildenhall, United Kingdom Future deployments are planned for, but not limited to, the following locations: RAF Lakenheath, United Kingdom Spangdahlem AB, Germany 3.0 DELIVERABLES 3.1 The contractor shall provide failure analysis reports in writing for each returned part(s) down to the component level to the government at the shipping address listed in paragraph 4.0 for any returned parts. 4.2 The contractor shall notify the government of any significant hardware or software issues or trends affecting the items covered by this contract. Reports in writing shall be sent to the address listed in paragraph 4.0 4.0 NOTES All government coordination will be handled by the Tech Control Modernization Program (TCF-MP) Office at the following: TCF-MP Program Manager USAFE CSS/SCML Unit 3325 APO, AE 09094 Email: usafecss.scml@ramstein.af.mil Phone: +49-6371-471268 The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items;. 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b),. 52.212-2, Evaluation ? Commercial Items: (a) 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. The following factors will be evaluated: technical capability of item being proposed, price, and delivery schedule in compliance with the requirements of this solicitation, with price being the most significant factor. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (10) Documentation detailing Technical Capability (11) EFT Information Quotations are due no later than 1000 EST 20 September 2006. Section 508 applies. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil, Unit 4235 Box 143, APO AE 09142 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply.
 
Place of Performance
Address: Ramstein, AFB
Zip Code: 09094
Country: GERMANY
 
Record
SN01144619-W 20060917/060915220131 (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.