Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

J -- Giant Voice Maintenance - Attachments 1 and 2

Notice Date
3/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1A3D29310AQ01-02
 
Archive Date
3/24/2010
 
Point of Contact
Mary H. Lawrence, Phone: (240) 587-2752, Brian H Sheehan, Phone: 202-767-9891
 
E-Mail Address
Mary.lawrence.ctr@afncr.af.mil, brian.sheehan@afncr.af.mil
(Mary.lawrence.ctr@afncr.af.mil, brian.sheehan@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotes Statement of Work COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial items in accordance with the format in 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 is a 100% small business set-aside. The Request for Quotes (RFQ) is for a Firm Fixed Price contract, to procure on-site, on-call maintenance and repair services for equipment items identified on the attached Statement of Work. (II) Submit written quotes on RFQ number F1A3D29310AQO1 (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This procurement is 100% small business set-aside. The associated NAICS code is 811213. The small business size standard is $7 million. (V) This combined solicitation/synopsis is to purchase the following commercial services: On-site, on-call maintenance for equipment items listed in the attached Statement of Work. The period of performance is Date of Award through 30 September 2010, with one (1) one-year options. (VI) Full description of requirement as follows: 1. DESCRIPTION OF SERVICES: Vendor shall provide, at contractor's expense all necessary parts and manpower as required to restore system back to operation within 8 hours of notification by the Government that a problem exist. Maintenance will be accomplished on-site during normal business hours 8:00 a.m. to 5:00 p.m., Monday through Friday. Maintenance services shall include: Provide services necessary to test software and hardware and/or ports to ensure the Whelen 2800 series voice and siren system is running at error free performance levels. Service of software shall be rendered according to the software manufacturer's recommendations. The software covered under the SOW is currently in good operating condition. The completed repairs shall be warranted for a minimum of 30 days by the Contractor. All equipment placed under this agreement is in operating condition. Contractor shall respond to a routine service request within 3 consecutive business days. Routine service repair calls will occur when the equipment malfunctions or fails to operate properly. For urgent repair services, the response time will be within 1 business day. Urgent service repair calls will occur if 3 or more sirens fail to operate or entire system failure occurs. 2. QUALITY CONTROL: Contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices for equipment maintenance and repair. Contractor shall develop and implement procedures to identify and prevent defective services from recurring. (VII) Place of performance is located at Bolling Air Force Base, Washington, DC. (VIII) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007), with this quote. (IX) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (X) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2008) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.217-8 Option to Extend Services (Nov 1999) 52.219-9 Option to Extend the terms of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans (Sep 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (XI) Quotes are due no later than 11:00 am, Eastern Standard Time, Thursday January 21, 2010. Offers shall be submitted electronically via email to: Mary.Lawrence.ctr@afncr.mil or faxed to (301) 981-5326. For additional information, contact Ms. Mary H. Lawrence, Contracting Specialist at Mary.Lawrence.ctr@afnce.mil or (240) 857-2752.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1A3D29310AQ01-02/listing.html)
 
Place of Performance
Address: Bolling Air Force Base, Wahshington, District of Columbia, 20373, United States
Zip Code: 20373
 
Record
SN02083123-W 20100306/100304234914-e3eb6a2362e87e7f3e75a10ccfc0206b (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.