Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
MODIFICATION

J -- APDE CISCO SMARTNET MAINTENANCE SERVICE

Notice Date
11/29/2007
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
20032-0305
 
Solicitation Number
FA7014-08-T-X001
 
Response Due
12/5/2007
 
Archive Date
1/15/2008
 
Point of Contact
Marion Faulhaber, Contract Specialist, Phone 2027678027, Fax 2027677894, - Adam Lowery, Contracting Specialist, Phone 202-404-1235, Fax 202-767-7894
 
E-Mail Address
marion.faulhaber@bolling.af.mil, Adam.Lowery.ctr@Bolling.Af.Mil
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK FOR ADPE CISCO SMARTNET MAINTENANCE SERVICE 17 October 2007 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, travel, tools, supplies, parts, equipment, labor and other expenses necessary to maintain and repair government owned equipment identified in section 1.1 at Bolling AFB, Wash D.C. The contractor shall provide on-site, on-call maintenance which shall be in accordance with procedures recommended by the respective equipment manufacturer. 1.1 ADPE MAINTENANCE SERVICES. Services of equipment shall be rendered according to the equipment manufacturer?s recommendations. The equipment covered under this SOW are currently in good operating condition. The following is a list of equipment requiring coverage. Contractor shall provide service and telephonic or online technical assistance from 8 am to 5:00 pm Monday through Friday. MAKE MODEL AGE (YRS) BLDG LOCATION Cisco 7513 Router SN # 73008400 6 Yrs. 4 months Bldg 16 Cisco 7513 Router SN # 73020938 6 Yrs. 4 months Bldg 16 1.2. SERVICE CALL RESPONSE. The contractor shall respond to emergency service requests within 2 hours, urgent service requests within 4 hours and routine service requests within 6 consecutive hours. 1.3. PREVENTIVE MAINTENANCE. The contractor shall ensure equipment is maintained according to the manufacturer?s recommendations by performing preventive maintenance tasks. The contractor shall ensure all equipment operates safely, are clean and are free of corrosion. The contractor shall minimize disruptions inconveniences to users. All replacement parts will be new or reconditioned. All reconditioned parts must meet manufacturer?s specifications for reconditioning. The contractor shall warrant any repairs for a minimum of 30 days. The contractor shall not exceed repair costs of 10% of new item costs prior written approval by the contracting officer. All requests shall be made by the contractor and provided to the contracting officer. 1.4. PROPERTY CONTROL. The contractor shall obtain written approval of the Government inspector or the contracting officer before removing any item from its existing location. 1.5. EQUIPMENT REPAIR. The contractor shall return equipment to operational condition within 5 workdays after notification of service requirement, unless otherwise approved in writing by the Government. The contractor shall notify the contracting officer when any replacement part must be ordered and repair delays are expected. The contractor must sufficiently notify users of the expected delay and provide a replacement if repair time exceeds 5 workdays. 2. SERVICE SUMMARY: Performance Objective SOW Para Performance Threshold Basic Equipment Services & Preventive Maintenance Equipment is in proper working order and maintained according to manufacturer recommendations. 1.1 and 1.3 100% of all equipment is properly working. Performance Objective SOW Para Performance Threshold Service Call Response Service is received within specific time. Customer is satisfied with response time. 1.2. 95% of all service calls are satisfactorily completed within required time. Property Control Equipment is not moved and stored unless approved by the government. 1.4. Government approval is obtained 100% of the time before any equipment is removed from existing location. Equipment Repair Repairs are made timely. Replacement equipment is provided when repair is beyond 5 days. 1.5. 90% of all equipment are repaired timely and replacement equipment provided when needed. 3. GENERAL INFORMATION. 3.1. QUALITY CONTROL. Contractor shall develop and maintain a quality program to ensure services are performed in accordance with manufacturer?s recommendations and commonly accepted commercial practices for equipment maintenance and repair. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Summary. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 3.2. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements FAR 52.212.4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor?s failure to correct nonconforming services. 3.3. HOURS OF OPERATION. All required routine maintenance service shall be performed during normal business hours between 8:00 am to 5:00 pm, Monday through Friday, exclusive of Government holidays. Urgent and Emergency service shall be performed at the discretion of the user. 3.4. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulation of the installation. 3.4.1. BASE ENTRY PASSES. The contractor shall submit to the Contracting Officer a list of employees which will be working on base, along with the Social Security Number(s) not later than three working days prior to start of work in order to ensure base entry passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. AF Form 75, Request for Visitor Registration, proof of insurance and a valid drivers license must be presented for all vehicles to be registered. Any lost or stolen passes shall be reported immediately to the QA followed with a written notification within 24 hours. The contractor shall return all base passes issued to employees who separate from the contract before the contract expiration date of the contract period, including any extensions, to the QA. (Failure to properly account for passes may result in withholding contractor payment.) 3.4.1.1. The contractor and their employees shall conform to all base regulation and directives pertaining to security, fire, safety, traffic and personnel clearances as they pertain to the contractor?s activities on Bolling AFB. The contractor is responsible for all employee traffic violations and shall be required to pay all fines/penalties. 3.4.1.2. The contractor shall be responsible for safeguarding all government property provided for contractor?s use. The contractor shall be responsible for complying with Occupational Safety and Health Standards (OSHA). All electrical work shall conform to the National Electric Code. 3.4.2. FORCES INFORMATION: Law Enforcement Desk, Security Forces Squadron is located at 21 MacDill Avenue, Bolling AFB, (202) 767-5000. The on base Emergency number is 433-3333. 3.4.3. FIRE DEPARTMENT INFORMATION: Naval District of Washington (NDW) Fire Department is located at 5 Castle Avenue, Bolling AFB, (202) 685-0206/0207. The on base Emergency number is 433-3333. 3.5. Performance Of Services During Crisis Declared By The National Command Authority Or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform all services, unless otherwise directed by an authorized government representative. 3.6. Contractor Furnished Items And Services. Except for those items and services specifically stated paragraph 3, Government Furnished Property, the contractor shall furnish everything necessary to perform this contract. 3.7. SPECIAL QUALIFICATIONS. Contractor shall be a certified Cisco service provider. 4. APPENDICES. A. Estimated Workload Data APPENDIX A ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-08-T-X001/listing.html)
 
Place of Performance
Address: Building 16, Bolling AFB, DC 20032
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01460641-F 20071201/071129225729 (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.