Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

58 -- CISCO DECODERS REPAIR AND RETURN SERVICE

Notice Date
3/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002812726600
 
Archive Date
4/21/2012
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
susan.madrid@dma.mil, jessie.feliciano@dma.mil
(susan.madrid@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
N/A
 
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. ITEMS 0001-0027 BELOW ARE BEING REQUESTED AS ‘ITEMS UNIQUE TO THE MANUFACTURER' NO SUBSTITUTIONS WILL BE ACCEPTED, JUSTIFICATION AND APPROVAL IS ATTACHED HERETO. A. SOLICITATION NUMBER HQ002812726600 IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ) AND INCORPORATES THE FOLLOWING WITH THE WORD "QUOTER" SUBSTITUTED FOR "OFFEROR". B. PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH BOTH FEDERAL ACQUISITION CIRCULAR 2005-55, EFFECTIVE 02 FEB 2012 AND DFARS CHANGE NOTICE 20120224. C. NAICS CODE: 811213, SMALL BUSINESS SIZE STANDARD OF $10M. D. DESCRIPTION: CLIN 0001: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: PART NUMBER: 401943801140001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0002: QTY: 100 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: PART NUMBER: 401943803140001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0003: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: PART NUMBER: 401943801150001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0004: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: PART NUMBER: 401943803060001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0005: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: PART NUMBER: 401943803070001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0006: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: PART NUMBER: 401943803150001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0007: QTY: 50 EACH (EST) NOUN: MULTIPLEXER MFR: CISCO SYSTEMS, INC. MODEL: D9140 DESCRIPTION: PART NUMBER: 801-562. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0008: QTY: 50 EACH (EST) NOUN: MODULATOR MFR: CISCO SYSTEMS, INC. MODEL: NEWTEC DESCRIPTION: PART NUMBER: 4015194. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. CLIN 0009: QTY: 50 EACH (EST) NOUN: ENCODER MFR: CISCO SYSTEMS, INC. MODEL: D9036 DESCRIPTION: REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0010: QTY: 1 EACH NOUN: TELEPHONE TECHNICAL SUPPORT DESCRIPTION: TOTAL AGGREGATE OF 36 HOURS 24X7 TELEPHONE SUPPORT. OPTION CLIN 0011: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 401943801140001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0012: QTY: 100 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 401943803140001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0013: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 401943801150001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0014: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 401943803060001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0015: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 401943803070001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0016: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 401943803150001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0017: QTY: 50 EACH (EST) NOUN: MULTIPLEXER MFR: CISCO SYSTEMS, INC. MODEL: D9140 DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 801-562. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0018: QTY: 50 EACH (EST) NOUN: MODULATOR MFR: CISCO SYSTEMS, INC. MODEL: NEWTEC DESCRIPTION: OPTION YEAR 1 - PART NUMBER: 4015194. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0019: QTY: 50 EACH (EST) NOUN: ENCODER MFR: CISCO SYSTEMS, INC. MODEL: D9036 DESCRIPTION: OPTION YEAR 1 - REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0020: QTY: 1 EACH NOUN: TELEPHONE TECHNICAL SUPPORT DESCRIPTION: OPTION YEAR 1 - TOTAL AGGREGATE OF 36 HOURS 24X7 TELEPHONE SUPPORT. OPTION CLIN 0021: QTY 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 401943801140001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0022: QTY: 100 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 401943803140001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0023: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 401943801150001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0024: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 401943803060001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0025: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 401943803070001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0026: QTY: 20 EACH (EST) NOUN: SATELLITE RECEIVER DECODER MFR: CISCO SYSTEMS, INC. MODEL: 9854 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 401943803150001. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0027: QTY: 50 EACH (EST) NOUN: MULTIPLEXER MFR: CISCO SYSTEMS, INC. MODEL: D9140 DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 801-562. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0028: QTY: 50 EACH (EST) NOUN: MODULATOR MFR: CISCO SYSTEMS, INC. MODEL: NEWTEC DESCRIPTION: OPTION YEAR 2 - PART NUMBER: 4015194. REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0029: QTY: 50 EACH (EST) NOUN: ENCODER MFR: CISCO SYSTEMS, INC. MODEL: D9036 DESCRIPTION: OPTION YEAR 2 - REFERENCE: REPAIR AND RETURN PERFORMANCE WORK STATEMENT ATTACHED HERETO. OPTION CLIN 0030: QTY: 1 EACH NOUN: TELEPHONE TECHNICAL SUPPORT DESCRIPTION: OPTION YEAR 2 - TOTAL AGGREGATE OF 36 HOURS 24X7 TELEPHONE SUPPORT. E. FOB DELIVERY AND ACCEPTANCE WILL BE MADE AT: HQ0028 DEFENSE MEDIA ACTIVITY CENTRAL RECEIVING POINT 14855 6TH STREET, BLDG. 2725 RIVERSIDE, CA 92518 F. FAR PROVISION 52.212-1 (INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS) (JUN 2008) APPLIES TO THIS ACQUISITION. PARA (K) REQUIRES CURRENT REGISTRATION IN CCR AT HTTP://WWW.CCR.GOV. G. FAR PROVISION 52.212-2 (EVALUATION - COMMERCIAL ITEMS) (JAN 1999) WITH THE FOLLOWING INSERTION IN PARA (A): (I) OFFEROR MUST SHOW PROOF THAT IT IS A CISCO GOLD CERTIFIED CHANNEL PARTNER/ CISCO AUTHORIZED SP VIDEO PARTNER IN ORDER TO BE DEEMED TECHNICALLY ACCEPTABLE. (II) THE OFFEROR'S PAST PERFORMANCE. PAST PERFORMANCE WILL BE EVALUATED WITH REGARD TO SIMILARITY OF PAST WORK TO THE CURRENT ACQUISITION AND QUALITY OF PAST PERFORMANCE. THE GOVERNMENT WILL CONSIDER ANY INFORMATION PROVIDED BY THE OFFEROR IN ACCORDANCE WITH FAR 52.212-1(B)(10), AS WELL AS INFORMATION OBTAINED FROM ANY OTHER SOURCES, INCLUDING INFORMATION AT THE DEFENSE MEDIA ACTIVITY (DMA) WHEN EVALUATING THE OFFEROR PAST PERFORMANCE. PAST PERFORMANCE WILL BE EVALUATED ON A PASS/FAIL BASIS. (III) PRICE. AWARD WILL BE MADE TO THE LOW OFFEROR WHO IS TECHNICALLY ACCEPTABLE AND WHO HAS AN ACCEPTABLE PAST PERFORMANCE EVALUATION. H. FAR PROVISION 52.216-18 (ORDERING) (OCT 1995) WITH THE FOLLOWING INSERTION IN PARA (A): ANY SUPPLIES AND SERVICES TO BE FURNISHED UNDER THIS CONTRACT SHALL BE ORDERED BY ISSUANCE OF DELIVERY ORDERS OR TASK ORDERS BY THE INDIVIDUALS OR ACTIVITIES DESIGNATED IN THE SCHEDULE. SUCH ORDERS MAY BE ISSUED FROM DATE OF CONTRACT AWARD THROUGH 3 YEARS AFTER CONTRACT AWARD. I. FAR PROVISION 52.216-19 (ORDERING LIMITATIONS) (OCT 1995): (A) MINIMUM ORDER. WHEN THE GOVERNMENT REQUIRES SUPPLIES OR SERVICES COVERED BY THIS CONTRACT IN AN AMOUNT OF LESS THAN 1, THE GOVERNMENT IS NOT OBLIGATED TO PURCHASE, NOR IS THE CONTRACTOR OBLIGATED TO FURNISH, THOSE SUPPLIES OR SERVICES UNDER THE CONTRACT. (B) MAXIMUM ORDER. THE CONTRACTOR IS NOT OBLIGATED TO HONOR: (1) ANY ORDER FOR A SINGLE ITEM IN EXCESS OF 100 UNITS; (2) ANY ORDER FOR A COMBINATION OF ITEMS IN EXCESS OF 100 UNITS; OR (3) A SERIES OF ORDERS FROM THE SAME ORDERING OFFICE WITHIN 10 DAYS THAT TOGETHER CALL FOR QUANTITIES EXCEEDING THE LIMITATION IN SUBPARAGRAPH (1) OR (2) ABOVE. (C) IF THIS IS A REQUIREMENTS CONTRACT (I.E., INCLUDES THE REQUIREMENTS CLAUSE AT SUBSECTION 52.216-21 OF THE FEDERAL ACQUISITION REGULATION (FAR)), THE GOVERNMENT IS NOT REQUIRED TO ORDER A PART OF ANY ONE REQUIREMENT FROM THE CONTRACTOR IF THAT REQUIREMENT EXCEEDS THE MAXIMUM-ORDER LIMITATIONS IN PARAGRAPH (B) ABOVE. (D) NOTWITHSTANDING PARAGRAPHS (B) AND (C) ABOVE, THE CONTRACTOR SHALL HONOR ANY ORDER EXCEEDING THE MAXIMUM ORDER LIMITATIONS IN PARAGRAPH (B), UNLESS THAT ORDER (OR ORDERS) IS RETURNED TO THE ORDERING OFFICE WITHIN 10 DAYS AFTER ISSUANCE, WITH WRITTEN NOTICE STATING THE CONTRACTOR'S INTENT NOT TO SHIP THE ITEM (OR ITEMS) CALLED FOR AND THE REASONS. UPON RECEIVING THIS NOTICE, THE GOVERNMENT MAY ACQUIRE THE SUPPLIES OR SERVICES FROM ANOTHER SOURCE. J. FAR PROVISION 52.216-21 (REQUIREMENTS) (OCT 1995) WITH THE FOLLOWING INSERTION IN PARA (F): (F) ANY ORDER ISSUED DURING THE EFFECTIVE PERIOD OF THIS CONTRACT AND NOT COMPLETED WITHIN THAT PERIOD SHALL BE COMPLETED BY THE CONTRACTOR WITHIN THE TIME SPECIFIED IN THE ORDER. THE CONTRACT SHALL GOVERN THE CONTRACTOR'S AND GOVERNMENT'S RIGHTS AND OBLIGATIONS WITH RESPECT TO THAT ORDER TO THE SAME EXTENT AS IF THE ORDER WERE COMPLETED DURING THE CONTRACT'S EFFECTIVE PERIOD; PROVIDED, THAT THE CONTRACTOR SHALL NOT BE REQUIRED TO MAKE ANY DELIVERIES UNDER THIS CONTRACT AFTER 3 YEARS AFTER CONTRACT AWARD. ACTUAL DATE TO BE ENTERED AT TIME OF CONTRACT AWARD. K. FAR PROVISION 52.217-9 (OPTION TO EXTEND THE TERM OF THE CONTRACT) (MAR 2000): (A) THE GOVERNMENT MAY EXTEND THE TERM OF THIS CONTRACT BY WRITTEN NOTICE TO THE CONTRACTOR WITHIN 30 DAYS; PROVIDED THAT THE GOVERNMENT GIVES THE CONTRACTOR A PRELIMINARY WRITTEN NOTICE OF ITS INTENT TO EXTEND AT LEAST 60 DAYS BEFORE THE CONTRACT EXPIRES. THE PRELIMINARY NOTICE DOES NOT COMMIT THE GOVERNMENT TO AN EXTENSION. (B) IF THE GOVERNMENT EXERCISES THIS OPTION, THE EXTENDED CONTRACT SHALL BE CONSIDERED TO INCLUDE THIS OPTION CLAUSE. (C) THE TOTAL DURATION OF THIS CONTRACT, INCLUDING THE EXERCISE OF ANY OPTIONS UNDER THIS CLAUSE, SHALL NOT EXCEED 3 YEARS. L. QUOTATIONS MUST INCLUDE A COMPLETED COPY OF FAR PROVISION 52.212-3 (OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS) (NOV 2011). ELECTRONIC ORCA IS LOCATED AT HTTP://ORCA.BPN.GOV. M. THIS ORDER WILL INCLUDE THE FOLLOWING REFERENCED CLAUSES WHICH MAY BE ACCESSED ELECTRONICALLY AT HTTP://FARSITE.HILL.AF.MIL. FAR 52.212-4 (CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS) (FEB 2012) FAR 52.212-5 (CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS) (FEB 2012)(DEVIATION) FAR 52.219-8 (UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGE BUSINESS CONCERNS) (JAN 2011) FAR 52.232-33 (PAYMENT BY ELECTRONIC FUNDS-CENTRAL CONTRACTOR REGISTRATION) (OCT 2003) DFARS 252.204-7004, ALT A (REQUIRED CENTRAL CONTRACTOR REGISTRATION (CCR) (SEP 2007) DFARS 252.232-7003 (ELECTRONIC SUBMISSION OF PAYMENT REQUEST) (MAR 2008) DFARS 252.246-7000 (MATERIAL INSPECTION AND RECEIVING REPORT) (MAR 2008) APPLICABLE FAR AND DFARS CLAUSES REQUIRED BY REGULATIONS, IN ADDITION TO LOCAL DMC CLAUSES, 52.0100-4028 (CONTRACT CONTACT INFORMATION) (DMC) (JUN 2005) AND 52.0100-4094 (MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT) (JUN 2006) WILL BE INCLUDED. N. THE DPAS RATING IS: A70 O. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 06 APR 2012 IN ORDER TO BE CONSIDERED. SEND PROPOSAL RESPONSES TO SUSAN MADRID @ SUSAN.MADRID@DMA.MIL OR VIA FAX TO (951) 413-2432. ASSISTANCE OR QUESTIONS ABOUT THIS ANNOUNCEMENT MAY BE TELEPHONICALLY ADDRESSED AT (951) 413-371. PLEASE NOTE: DUE TO TECHNICAL ISSUES EMAIL AND FAX MAY NOT RESULT IN YOUR QUOTATION ARRIVING BEFORE THE CUT-OFF TIME SO PLEASE ALLOW EXTRA TIME IF YOU'RE SENDING YOUR QUOTE VIA ELECTRONIC MEANS. CISCO Satellite Decoder Equipment Repair and Return Services Performance Work Statement (PWS) 1.0 GENERAL. 1.1 Overview. This is a non-personal services contract to provide CISCO Satellite Decoder Equipment Repair and Return services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.2 Description of Services/Introduction. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform CISCO Satellite Decoder Equipment Repair and Return services as defined in this Performance Work Statement. 1.3 Background. Defense Media Activity has a worldwide satellite network that delivers American television programming to active duty, government employees, and their family members stationed around the world. The equipment responsible for performing the mission periodically needs to be repaired, replaced and upgraded. 1.4 Objectives. The purpose of this contract is to establish an agreement with an authorized Cisco Gold Certified Partner/Cisco Authorized SP Video Partner on the repair cost for the specified models and quantities of CISCO Power-Vu satellite equipment and their subsequent shipping to the government. 2.0 SCOPE. 2.1 General. This Performance Work Statement (PWS) defines the requirements for the repair of integrated satellite receiver decoders (IRDs), Motion Picture Encoding Group (MPEG) encoders and multiplexers, modulators, and other hardware, software and ancillary equipment used by the American Forces Radio and Television Service (AFRTS). It establishes requirements for a contractor to provide all repair services including receipt and evaluation, selection and use of parts and material, marking, preservation, and packing for shipment. It defines the requirements for a contractor to provide telephone support to AFRTS staff and customers, and to other contractors that utilize the repairable items defined throughout this PWS. 2.2 Period of Performance. The period of performance shall be for one (1) Base Year of 12 months and two (2), 12-month option years. The Period of Performance reads as follows: Base Year 20 April 2012 - 19 April 2013 (Est. Award Date) Option Year 1 20 April 2013 - 19 April 2014 Option Year 2 20 April 2014 - 19 April 2015 2.3 Technical Exhibit 1 provides a list of equipment to be repaired under this contract. A repair versus replacement cost evaluation shall be performed prior to performance of the repair service to ensure the maximum allowable repair cost does not exceed the replacement cost for each item. 3.0 TASKS. 3.1 General Requirements. 3.1.1 The contractor shall perform the level of repair required to return the equipment or module to a ready for issue (RFI) condition from a non-ready for issue (NRFI) condition. 3.1.2 Electronic equipment shall be processed for the return of unserviceable items to an operational status. This process shall accomplish: 3.1.2.1 Disassembly and cleaning. 3.1.2.2 Repair or replacement of parts that are of marginal quality due to wear, deterioration, or damage so as to return the item to original equipment manufacturer (OEM) operational specifications. 3.1.2.3 Reassembly, alignment, and testing. 3.1.3 Authorized repair and return customers. The Contracting Officer's Representative (COR) will review defective equipment repair requests (Reference PWS Para 6.2). The items that are approved for repair by the COR will be shipped to the contractor. The items to be repaired will come from a variety of sources including, but not limited to DMA, Television-Audio Support Activity (T-ASA), and authorized government contractors. 3.1.4 Obsolete parts/processes. In the event certain parts become obsolete, the contractor shall notify the Contracting Officer and submit 1) rationale and verification of any obsolete part, and 2) a written estimate of the cost required to make the repair. The contractor shall not proceed until a firm fixed price and delivery schedule are negotiated and authorization to proceed is received from the Contracting Officer. 3.1.5 Unusually damaged items. Normal repair requirements do not include equipment or components received which indicate obvious misuse, cannibalization, and severe damage due to mishandling, fire, or submersion. In the event that severely damaged or cannibalized equipment or components are received, the contractor shall notify COTR and submit 1) a description of the condition of the equipment or component as received, and 2) a written estimate of the cost required to make the repair. (See Technical Exhibit 4) The contractor shall not proceed until a firm, fixed price for repair and a delivery schedule are negotiated, and authorization to proceed is received from the Contracting Officer. 3.1.6 Limitation of Repair. The price in Technical Exhibit 1 is the cost of repair unless otherwise authorized or the Government has exceeded the maximum units in the negotiated schedule. The contractor shall notify the COR of the estimated repair cost and proceed with the repair only if authorization to proceed is received from the COR. 3.1.6.1 Destruction of IRDs. The contractor shall notify the COR when IRDs are damaged and the cost for repair is not economical. The contractor shall destroy any such IRDs as directed by the COR. The contractor shall maintain a listing, by TID and U/A, of all destroyed IRDs and provide that listing to the Government upon request. 3.1.7 Telephone Support. The contractor shall provide technical support via telephone for all equipment and items described herein. This support shall include but not be limited to providing assistance to isolate defective components, boards, assemblies, cabling, connectors, and subassemblies of IRDs, encoders, multiplexers, modulators and other hardware, software, and ancillary equipment provided by the OEM. Immediate telephone support shall be provided from 8:00 a.m. to 5:00 p.m. (Eastern Time) Monday through Friday except on U.S. Federal holidays. After hours and federal holidays telephone support shall be provided on an on-call basis. The response time for telephone support for after-hours and federal holidays shall be no longer than one hour. Recognized Holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 3.1.8 Repair and Return (R&R) Services. The contractor shall establish an R&R process, including repair/return timelines, to receive failed hardware, repair or replace failed hardware as appropriate, and return the original or replaced hardware as directed by the Government. The process, including the period of performance of repairs, shall be subject to the approval of the COTR. The contractor shall only accept R&R requests from personnel that have been specifically designated in writing by the COR. 3.1.8.1 Return Material Authorization (RMA). The contractor shall provide RMA numbers to the COTR to ensure proper tracking and handling of material throughout the R&R process. 3.1.8.2 Customer Support Representative (CSR). The contractor shall identify a primary and alternate CSR that shall verify R&R requests are from authorized government personnel, issue RMA numbers, provide shipping instructions to the properly designated Government personnel for the return of failed hardware, and coordinate the return or replacement of original hardware to the Government. 3.1.8.3 Items that have been repaired under the R&R program shall receive a ninety (90) day hardware warranty or the remainder of the original hardware warranty, whichever is longer. 3.1.8.4 The contractor shall not require the Government to ship failed items to multiple destinations; instead the contractor shall provide a single, ship-to destination for all failed hardware. 3.2 Detailed requirements. 3.2.1 Materials. The contractor shall provide all spare parts, technical manuals, discrete components and consumable materials needed for the repair of failed hardware items. 3.2.1.1 Selection of Parts and materials. The contractor shall utilize parts and materials specified in the latest OEM design specifications. OEM parts or parts which equal or exceed the performance and tolerance characteristics of OEM parts shall be used for all component part replacements. Any part which would change the form, fit, or function of the component shall not be used. Requests to utilize nonstandard (non-OEM or direct equivalent) parts shall be submitted to the COR for approval. 3.2.2 Repair process. 3.2.2.1 Inspection. In the course of repair, three levels of inspection shall be performed, as follows: 3.2.2.1.1 Incoming inspection. This inspection shall be performed at the point of receipt to detect damage in transit. The items shall be inspected for completeness, for model type per contract or work order, and for obvious flaws and defects. If the failed item received is incomplete or damaged in transit, the Contracting Officer shall be notified immediately of the discrepancy. The contractor shall identify and record the damaged item by its manufacturer's part number; date of receipt, quantity, number inspected, number defective or damaged, contract number, nature of the defect, circumstances of discovery, and estimated repair cost. 3.2.2.1.2 In-process inspections. These inspections shall be performed during repair in order to ensure completeness of repair and conformance to equipment technical requirements. 3.2.2.1.3 Final inspection. This inspection shall consist of 1) a visual inspection of workmanship, assembly and fit, mechanical and electrical safety and marking, materials, parts, and finish, and, treatment for prevention of corrosion, and 2) verification of all operations specified in OEM repair control documentation. All final inspection observations and measurements shall be recorded and certified. 3.2.2.2 Disassembly. The degree of disassembly on any equipment or module processed by the contractor shall be commensurate with the level of repair required. 3.2.2.3 Cleaning. Items requiring cleaning during repair shall be cleaned prior to or during the pre-induction inspection and disassembly, whichever is deemed more practical by the contractor. Final cleaning shall be conducted to ensure the component is free of obvious defects and corrosion, soil, grease, residue, fingerprints, perspiration, or other acid or alkali residues. 3.2.2.4 Testing. In the course of repair, two types of testing shall be performed by the contractor: 3.2.2.4.1 Operational tests. These tests shall be for the purpose of verifying operation and to identify areas requiring fault isolation. 3.2.2.4.2 Final performance and acceptance testing. This test shall confirm acceptability of alignment and function. The repaired equipment shall be energized and subjected to an operational test to ensure the physical readiness of the equipment and conformance with electrical safety requirements. This must be accomplished using a fully operational equipment mock-up or the use of Automated Test Equipment with the ability to emulate live circuit conditions. The qualifying performance standard for the equipment shall be the final test criteria as specified by the OEM manufacturing standards. 3.2.2.5 Return shipment unit pack. Each repaired unit is to be individually packed and packaged in accordance with OEM packaging. All items repaired shall be returned to Central Receiving Point - Riverside, ATTN: COR, 14855 6th Street, Bldg. 2725, Riverside, CA 92518-2031. 3.2.2.6 The contractor shall ensure that all IRDs returned to the Government include an A.C. power cord. 3.2.2.7 Electronic parts susceptible to damage by environmental field forces. Sensitive electronic devices and other items susceptible to environmental field force damage (electrostatic fields, electromagnetic fields, or magnetic fields, or combinations of these fields) shall be protected in accordance OEM practices. 3.2.2.8 Intermediate and exterior packing. Unit packs shall be packed in exterior shipping containers, meet common carrier acceptance and provide safe delivery to destination. 3.2.3 Technical specifications. Except where otherwise indicated, the Government will not provide the current technical specifications, manuals, or other technical data or diagnostics for repair of the items covered by this document. The contractor shall be responsible for obtaining the required technical manuals or data. This information shall remain the property of the contractor but must be available for inspection by the Government. 3.2.3.1 Repair diagnostics. The contractor shall develop repair diagnostics and test procedures to effectively troubleshoot problems with the components and repair or replace the components to meet the requirements of this PWS. The diagnostics and test procedures shall be in accordance with current technical specifications. 3.2.4 Test and diagnostic equipment. The contractor shall provide all test and diagnostic equipment required to repair and test the items during the repair process. 4.0 PERFORMANCE STANDARDS. 4.1 General. The contractor shall maintain an inspection system which insures each item offered to the procuring activity for acceptance or approval conforms to contract requirements. The inspection system shall be documented and available for review and approval by the Government. 4.2 Responsibility for inspection. The contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the contractor may use his own or any commercial facilities acceptable to the Government. 4.2.1 Records. The contractor shall maintain records of all inspections and tests. 4.3 Quality Control. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with the PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The quality control plan (QCP) shall be delivered via e-mail to the Contracting Officer and COR within 30 days after contract award. Changes to the QCP shall be submitted to the Contracting Officer COR within five (5) working days. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to the QC system. 4.4 Quality Assurance: The Government shall evaluate the Contractor's performance under this contract in accordance with q Quality Assurance Surveillance Plan (QASP), which will be provided to the vendor after contract award. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rates. 5.0 SECURITY. 5.1 Unclassified. Contractor personnel performing work under this contract are not required to obtain a level of security. 5.2 Physical Security. The contractor shall be responsible for safeguarding all government equipment, information, and property provided for contractor use. 6.0 POST AWARD. 6.1 Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 6.2 Contracting Officer's Representative (COR). The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; and coordinate availability of government furnished property. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 7.0 OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS. 7.1. Identification of Possible Follow-on Work. Defense Media Activity reserves the right to modify the contract to include extended warranties on equipment that is not included in the original contract. 8.0 ATTACHMENT/TECHNICAL EXHIBIT LIST. 8.1 Attachment 1/Technical Exhibit 1 - List of Equipment to be Repaired 8.2 Attachment 2/Technical Exhibit 2 - Performance Requirements Summary 8.3 Attachment 3/Technical Exhibit 3 - Quality Assurance Monitoring Form 8.4 Attachment 4/Technical Exhibit 4 - Deliverables Schedule Attachment 1 TECHNICAL EXHIBIT 1 LIST OF EQUIPMENT TO BE REPAIRED Equipment Nomenclature Model Number Part Number NIIN Maximum Allowable Repairable Cost Satellite Receiver Decoder D9854 401943801140001 01P649282 $745.00 Satellite Receiver Decoder D9854 401943803140001 01P649278 $745.00 Satellite Receiver Decoder D9854 401943801150001 01P649165 $745.00 Satellite Receiver Decoder D9854 401943803060001 01P649281 $745.00 Satellite Receiver Decoder D9854 401943803070001 01P649166 $745.00 Satellite Receiver Decoder D9854 401943803150001 01P648518 $745.00 Multiplexer D9140 801-562 $3,271.72 Modulator NEWTEC 4015194 $5,793.10 Encoder D9036 $1,820.69 Attachment 2 TECHNICAL EXHIBIT 2 PERFORMANCE REQUIREMENTS SUMMARY Performance Objective Standard PERFORMANCE THRESHOLD Method of Surveillance PWS Para. 3.1.7, Telephone Support Immediate response during normal business hours (0800 - 1700 M-F, Eastern Time). No more than one hour call back after-hours weekdays, weekends, and Federal Holidays 0% deviation from the standard (i.e., 100% compliance). Customer outage reports. PWS Para. 3.1.8, Repair and Return (R&R) Services The CISCO equipment shall be received, repaired, and returned to TASA. The repair and QA process shall follow industry equipment repair standards. The CISCO Equipment shall operate properly in accordance with the manufacturer's technical manual with no more than a 10% error rate. 100% Inspection. The Government will operationally check all CISCO decoders when they are returned from the vendor. Attachment 3: T ECHNICAL EXHIBIT 3 QUALITY ASSURANCE MONITORING FORM SERVICE or STANDARD: SURVEY PERIOD: SURVEILLANCE METHOD (Check):  Random Sampling  100% Inspection  Periodic Inspection  Customer Complaint LEVEL OF SURVEILLANCE (Check):  Monthly  Quarterly  As needed PERCENTAGE OF ITEMS SAMPLED DURING SURVEY PERIOD: ______ % ANALYSIS OF RESULTS: Observed Service Provider Performance Measurement Rate: ______% Service Provider's Performance (Check):  Meets Standards  Does Not Meet Standards Narrative of Performance During Survey Period: PREPARED BY: ___________________________________ DATE: _________________ Attachment 4 TECHNICAL EXHIBIT 4 DELIVERABLES SCHEDULE DELIVERABLE FREQUENCY # OF COPIES MEDIUM/FORMAT SUBMIT TO PWS para. 3.1.5, Unusually damaged items estimate. A written estimate will be made for all severely damaged or cannibalized equipment or components received. A copy of the Maintenance and Repair log shall be provided to the COTR per occurrence. The Contractor shall provide the report in word The contractor shall provide the report via e-mail to the COTR. PWS para. 3.2.2.1.1, Maintenance and Repair log entry with details about the Equipment to be repaired. An entry in the log is to be made for every piece of equipment repaired or serviced A copy of the Maintenance and Repair log shall be provided to the COTR quarterly on the 10th day following the end of the quarter The Contractor shall provide the report in Excel The contractor shall provide the report via e-mail to the COTR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4150092231f050b89ebb27353f73ad78)
 
Place of Performance
Address: 23755 Z. Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN02686494-W 20120303/120301234538-4150092231f050b89ebb27353f73ad78 (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.