Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

58 -- TELEPHONE ALERT SYSTEM

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N0021607RC033XB
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419, UNITED STATES. 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; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-07-T-0189 applies and is issued as a Request for Quotation. This announcement constitutes the request to provide supplies and services for Telephone Alert System Installation and Training at Naval Air Station, Corpus Christi, Texas, with two 2 (two) option years on maintenance. Delivery thirty days after receipt of order. North American Industry Classification System (NAICS) Code is 334210 and the Small Business Size Standard is number of employees 1000. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. 1. Purchase of Telephone Alerting System (TAS). The contractor will provide the necessary labor and equipment to install a TAS system at Naval Air Station Corpus Christi, Texas throughout the term of the contract. All service will consist of all purchase, installation, troubleshooting, training, documentation and management required to install the Government's TAS system in accordance with this Purchase Contract. Unless prohibited by conditions. (a) Preventative Maintenance. The contractor will provide the necessary labor and equipment to maintain service on the TAS system at Naval Air Station Corpus Christi, Texas throughout the term of this contract. All service will consist of all repairs, replacements, troubleshooting, documentation and management required to maintain the Government's TAS system at Naval Air Station Corpus Christi, Texas in accordance with this Maintenance Contract. Unless prohibited by conditions, Preventative Maintenance will be conducted in accordance with the following schedule: 2. Contractual Requirements of the Contractor. The Contractor is required to meet the following requirements in fulfillment of the purchase contract: (a) Installation/Wiring Diagrams. The Contractor will be responsible for ensuring that all installation and wiring diagrams are maintained for all components of the Purchase Contract. All modifications or installations to items covered by the purchase Contract will be updated on the drawings and provided to the Government within 10 business days. (d) Working on Station. The Contractor shall provide verbal notification to the assigned Government representative for this contract on board Naval Air Station Corpus Christi prior to commencing and after completing any trouble shooting, maintenance, service calls, and repairs while on board Naval Air Station Corpus Christi work. (e) Excusable delays. The Contractor shall be liable for default unless non-performance is caused by an occurrence beyond the reasonable control of the Contractor and without fault or negligence such as, acts of God or the public enemy, acts of the Government in either, its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Government in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Government of the cessation of such occurrence. 6. Contract Area Coverage. The following is a list of contracts and itemized installations that will be Purchase and installed under this procurement agreement: a. Naval Air Station Corpus Christi, Building 7 Security/Fire Dispatch Center. 1. TAS System Installation Training 2. Shipping of equipment and materials Server for TAS system w/ 2nd 1 3rd year Maintenance Part 3. Rack Mount LCD monitor with keyboard, mouse/cables 4. Voice Card (PCI) - analog 12 Port JCT 5. Software - Operating System for 12 Port Capability (New) 6. Software - Microsoft SQL SVR 2005 1 processor license 7. DCC Annual Software Maintenance 24 X 7 X 365 - lst year 8. DCC Annual Software Maintenance 24 X 7 X 365 - 2nd/ 3rd years TAS System - Maintenance will include, but is not limited to, the following: Test and verify the functionality of the intercom system in accordance with the manufacturer's specifications. Test and verify the interoperability of the intercom system with any connected additional systems (if applicable). Validate and verify overall system connectivity and cabling. Contract Exclusions This purchase agreement covers manufacturing defects and failures in material and workmanship, along with installation workmanship; and excludes misuse, unauthorized attempts at repair, vandalism, terrorism, lightening, accidental damage, acts of war, acts of God and product obsolescence or discontinuation of manufacturer support. Specific exclusions include: network or Telco line related problems, AC power or circuit breaker problems, batteries, material supplied by others including, but not limited to, conduit, wiring, and power supplies. Service Call Response (a) Service Requests and Response Time. This section consists of two (2) levels of Service: (1) Routine and (2) Emergency. The Government will provide the Contractor with an authorized list of personnel with the authority to place service requests. Service Requests can be issued via email notification and/or telephonically; the Contractor will provide verification of receipt via email or Service Request Form within 24 hours of notification. All Routine and Emergency Service Requests will consist of a documented analysis and repair of the problem defined in the service request. In some cases, the on-site response will be considered incomplete until the problem is resolved. However, if the problem requires system component replacement, the on-site response shall consist of a detailed analysis only. The Contractor will be required to have access onto the Base with proper credentials (i.e., base DOD decal and Contractor Badge with the ability to gain access through all access points herein this agreement). The Contractor will provide the Government with service requests based upon the following criteria: (1) Routine Service Request. The Contractor will respond to Routine Service requests within 24 hours of notification. Routine Service Requests are to be performed during 5-day normal workweek (Monday thru Friday 0800 AM -5:00 PM). Any Routine Requests received after 4:00 PM will require a response during the next working day: (c) Completion Reports. The Contractor shall provide all documentation concerning the corrective and maintenance services provided as outlined in this contract. This documentation includes maintenance reports that define the maintenance activities performed from the previous month. A report is defined as a written document of one or more 8.5 x 11 inch paper pages submitted to a authorized Government representative(s) with a transmittal letter. The format of the report will be developed by the Contractor and include as a minimum the contract number, date of transmittal, date and time of reported activity, an accounting of the activity, an accounting of the equipment, materials, and personnel used to perform the maintenance activity. The Report shall also identify the date and time of the maintenance request (Routine and/or Emergency), source of the request, and date/time the maintenance activity was completed. These reports will specify any changes and/or modifications to include authorization for the Contractor to perform such changes/modifications. Completion reports will be submitted to the Government within 5 business days of completion of corrective or maintenance services. An authorized representative from the Government will review and acknowledge receipt of all completed reports. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.211-17 Delivery of excess Quantities, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.225-13 Restrictions on Certain Foreign Purchases, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Within 52.212-5, the following clauses apply 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations Alt 1, 52.222-22 Previous Contracts and Compliance Reports, 52.223-6 Drug-Free Workplace, 52.232-18 Availability Of Funds, DFAR 252.204-7004 - Central Contractor Registration (52.204-7) Alt A, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and 252.232-7003 Electronic Submission of Payment Requests. 252.225-7000 Buy American Act Balance of Payments Program Certificate. NAVSUP H25 -- SPS Consolidated Server Time Zone (Jun 2006) (NAVSUP). All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. Freedom of Information Act (FOIA). PHOHIBITED PACKING MATERIALS?The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as a final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS?Vendors are required to include the Order Number as part of the shipping address. (Block 2-Delivery Order Number of Form DD1155 or Block 2-Contract Number of SF1449). INVOICE NUMBER?In accordance with Title 5 of he Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 25 Sep 07 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Maria H. (Lynda) Gauntt, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2669, EMAIL: maria.gauntt@navy.mil
 
Place of Performance
Address: SEE STATEMENT OF WORK
Zip Code: 78419
Country: UNITED STATES
 
Record
SN01407843-W 20070916/070915200033 (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.