Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868

USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604

J -- TELEPHONE MAINTENANCE, AMES, IOWA SOL 5114-7-3057 DUE 070797 POC Lori J. Houghton, Contract Specialist, (309) 681-6616 The U.S. Department of Agriculture, Agricultural Research Service, Midwest Area has a requirement for Telephone Maintenance Services at the National Animal Disease Center in Ames, Iowa for the period October 1, 1997 through September 30, 1998 with four (4) one-year option periods. 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; bids are being requested and a written solicitation will not be issued. Solicitation No. 5114-7-3057 is being issued as n Invitation for Bids. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This solicitation is 100 % Set-Aside for Small Businesses. The Standard Industrial Classification is 7378 with a corresponding size standard of $18M. The statement of work is as follows: The Contractor shall provide all labor, parts, transportation and equipment necessary to provide maintenance on the on-premise, Government-owned telephone system located at the National Animal Disease Center, 2300 Dayton Avenue, Ames, IA. Maintenance shall be on a preventive (scheduled) and remedial (routine and emergency call-out) basis. Additional system installation services, as required, for the term of the contract shall also be provided. Costs for these additional services shall be charged separately at an hourly rate, portal to portal, as indicated in Section B. Bid costs for the maintenance services shall be at a fixed annual rate, including all parts, labor, transportation, etc. The telephone system is a Rolm MCBX (2 cabinet) (No. AY-389P-70292-PO-E). The switch has 561 equipped ports consisting of: 504 single line: 16 direct trunk: 24 tie trunk; 16 Direct in Dial trunk; and 2 I/O ports. Additionally, in 1986 a system upgrade was installed, the Rolm Series 8000 Processor, consisting of a new CPU and memory module. The Contractor shall provide competent, experienced and highly qualified personnel to provide the required maintenance and additional system installation services for the contract period. When a telephone is reported or found to be out of order, it shall be restored to service within 24 hours after being reported. The Contractor shall make all reasonable efforts to prevent interruptions of service. When interruptions occur, the Contractor shall reestablish service with the shortest possible delay. The Contractor shall inform the Government as soon as possible of any occurrence of an unusual nature which may result in prolonged or serious interruption of service. The Contractor shall provide all parts associated with maintenance and additional system installations. Spare parts shall be immediately available either at the location of the telephone switching service facility or the Contractor's location. Remedial emergency service calls shall be deemed appropriate when installation within more than five (5) telephones and/or three (3) or more circuits are involved at any one time. The Contractor's personnel shall arrive at the Government 24 hours on a routine service call. The Contractor shall provide emergency service 24 hours per day, seven days a week. The Contractor shall be responsible for all contact and coordination with the telephone company concerning maintenance of access lines, trunks, Dial Repeating Tielines (DRTL's), Voice-Connecting Arrangement (VCA) problems, etc., and in ordering new cable facilities for additional off-premise main station lines, trunks, VCA's etc. However, the Contractor shall not order, install, or place in service any type of equipment where there is an obligation of charges to the Government, without prior written permission from the Contracting Officer. The Government will notify the Contractor by phone of the need for service, such as emergency or remedial maintenance as well as additional services such as new main/extension station installations, removals, rearrangements, augmentations to the telephone switching service, facility, etc. For the additional services, the Contractor shall have 5 days to begin the installation of additional services. The Contractor shall adopt and pursue a maintenance program to include periodic tests, inspections, and preventive maintenance according to the recommended practices furnished by the original equipment manufacturer. The Contractor shall maintain an accurate written record of trouble reports made by the system users. This record shall include appropriate identification of the user by station line affected, the time, date, nature of the trouble and the date and time of trouble clearance or other dispositions. Additionally, record cards, tests and inspections, preventive maintenance schedule, equipment failures and feature assignments per station. The Contractor shall preserve and retain all records and reports for the term of the contract and subsequent contract periods; they shall be made available for the inspection and/or analysis to the Government at any time upon request. Maintenance shall include keeping all station equipment, ancillary equipment, and the telephone switching service facility in a good state of repair, consistent with safe and adequate service performance specifications as furnished by the manufacturer. Broken, damaged or deteriorated parts shall be repaired or replaced. Adjustable equipment shall be readjusted as necessary when found by preventive routines or fault location tests to be in poor insulation, noise induction, crosstalk, or poor transmission characteristics, shall be corrected to the extent practical within the design capability of the facility affected. Whenever the Contractor must interrupt service during regular working hours for the purpose of working on the lines, cable, or equipment, the work shall be done at a time which will cause the least inconvenience to the users. Anyone who would be seriously affected by such interruptions shall, so far as possible, be notified in advance. Bid Schedule: Base Year, October 1, 1997—September 30, 1998, CLIN 0001 Telephone Maintenance, 12 months; Option Year I, October 1, 1998 -- September 30, 1999, CLIN 0001 Telephone Maintenance, 12 months; Option Year II, October 1, 1999 -- September 30, 2000, CLIN 0001 Telephone Maintenance, 12 months; Option Year III, October 1, 2000 -- September 30, 2001, CLIN 0001 Telephone Maintenance, 12 months; Option Year IV, October 1, 2001 -- September 30, 2002, CLIN 0001 Telephone Maintenance, 12 months. FAR 52.212-1, Instructions to Offerors -- Commercial, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items apply to this acquisition. The Service Contract Act of 1965 applies to this solicitation and resultant contract. U.S. Dept. Of Labor Wage Determination No. 94-2205 (Revision 6) is incorporated. The wage determination includes Classifications 23930 Telecommunications Mechanic I -- $15.59 hourly wage; and 23931 Telecommunications Mechanic II -- $16.14 hourly wage; Health and Welfare, $1.16 per hour, or $46.40 per week or $201.07 per month. Bids will be evaluated on price and price related factors. Bids must include a 45 calendar day acceptance period. Bids are to be received at the USDA-ARS-MWA (Contracting Office), 1815 North University Street, Peoria, IL 61604 by 2:00 pm July 7, 1997. The POC for this acquisition is Lori Houghton, (309) 681-6616. (0164)

Loren Data Corp. http://www.ld.com (SYN# 0032 19970617\J-0006.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page