Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1999 PSA#2452

DIRECTORATE OF CONTRACTING; 30 N. WOLFE AVENUE; EDWARDS AFB, CA 93524-6351

J -- SUPERVISORY CONTROL SYSTEM MAINTENANCE SOL F0470099T1032 DUE 101599 POC Nick Condos 661-277-9118 WEB: DIRECTORATE OF CONTRACTING, http://bsx.org/edwards/bus_ops. E-MAIL: DIRECTORATE OF CONTRACTING, nick.condos@edex.edwards.af.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number is F04700-99-T-1032. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-13 and Defense Acquisition Circular (DAC) 97-10. This acquisition is unrestricted. Standard Industrial Classification (SIC) code is 7629. Small business size standard is $5m. This acquisition includes Contract Line Item Number (CLIN) 0001; Maintenance of Supervisory Control and Data Acquisition (SCADA) and Energy Management and Control in accordance w ith attached statement of work. Basic period 1 Oct 99 through 30 Sep 00. CLIN 0001AA Preventative maintenance for 4 quarters. CLIN0001AB Over and Above replacement parts; 1 lot. CLIN 0002 Maintenance of Supervisory Control and Data Acquisition (SCADA) and Energy Management and Control in accordance with attached statement of work. First option period 1 Oct 00 through 30 Sep 01. CLIN 0002AA Preventative maintenance for 4 quarters. CLIN 0002AB Over and Above replacement parts; 1 lot. CLIN 0003 Maintenance of Supervisory Control and Data Acquisition (SCADA) and Energy Management and Control in accordance with attached statement of work. Second Option 1 Oct 01 through 30 Sep 02. CLIN 0003AA Preventative maintenance for 4 quarters. CLIN 0003AB Over and Above replacement parts; 1 lot. Statement of Work; The contractor will be required to furnish all parts, labor, material and equipment required for maintenance and repair on the Supervisory Control and Data Acquisition (SCADA) and Energy Management And Control System (EMCS). The Contractor will be responsible to schedule four (4) on-site visits per year. One Every three (3) months to perform troubleshooting, testing, inspection to include cleaning, repair and/or replacement of parts or equipment as necessary. Each on-site visit will be a minimum of five (5) days. Additional Requirements: (1) The contractor shall also provide and perform emergency response services as required not to exceed 80 hours annually. Where permanent/ temporary repairs cannot be accomplished via telephone then a maximum response time for a complete or partial system failure will be 24 hours from time of notification until arrival on Edwards AFB. If a temporary fix can be accomplished via telephone then a response of 72 hours will be required for permanent repairs. (2) Install or input the latest enhancements of software developed by the vendor or a compatible software company. (3) Provide on site training for the installed or inputted enhancements for a minimum for 40 hours by a qualified instructor. Provide telephone support Mon.-Fri 0700-1600. This service is to be provided between scheduled site-visits. Parts and Equipment: The Over-and-Above CLIN permits the Government and the contractor to negotiate parts which are within the general scope of the purchase order but are not specifically identified and priced, necessary to make repairs or prevent malfunctions. The following procedures will be followed: If, during maintenance/repairs, the contractor recommends replacement of parts the contractor will submit a work order request to the QAE recommending parts required to complete repairs. The QAE will evaluate the request and will approve/disapprove up to $2500.00. If the request exceeds $2500.00 it will be routed to the Contracting Officer for approval. The contractor shall not proceed with the over and above work until the work order has been approved. Parts will be priced based on established market prices, less most favored customer discounts, excluding handling charges, and shall be supported by supplier invoices. Contractor invoices shall contain copies of supplies invoices for parts approved by the QAE or the Contracting Officer for payment. If the government and the contractor fail to negotiate a fair and reasonable price for the required parts, the government may use other means, to obtain the parts. Reimbursement for contractor supplied parts and equipment will be accomplished after an itemized statement is submitted to the government for payment. All parts and equipment must be c ompatible with existing Alteron and HSQ Technology. The Contractor shall provide a price list of parts and equipment that will be provided to the government at the time of award. Parts or equipment not listed but determined to be needed will be negotiated on a one at a time basis. FAR provisions; 52.252-1, Solicitation Provisions Incorporated by Reference, 52.212-1; Instructions to Offerors -- Commercial applies. Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies. Addenda: 52.217-5 Evaluation of Options; 52.232-18 Availability of Funds; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-42, Statement of Equivalent Rates for Federal Hires; 252.204-7004, Required Central Contractor Registration. U.S. Dept. of Labor Wage Determination No. 94-2043, Rev. 12, applies. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies. Appli cable FAR clauses cited in 52.212-5 are: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-19, European Community Sanctions for Services, 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as amended; 52.222-42, Statement of Equivalent Rate for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. Applicable DFAR clauses cited in 252.212-7001 are 252. 225-7001, Buy American Act and Balance of Payment Program; 252.247-7024, Notification of Transportation of Supplies by Sea. The Defense Priorities and Allocations System (DPAS) rating is: Unrated. Contact Nick Condos; fax (661) 275-7883, for information regarding this solicitation. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 30 North Wolfe Ave, Edwards AFB CA 93524, on 15 Oct 99. The following factor shall be used to evaluate offers: technically acceptable lowest priced offer. Offerors must be offering services that meet the SOW requirements The solicitation is available over the Internet only, NO HARD COPIES will be sent. All interested offerors may obtain a copy of the RFQ at the following Internet address: http://bsx.org/edwards/bus_ops. Offerors are highly encouraged to visit the identified Internet address as soon as possible, to become familiar with the software employed by this agency. Estimated award date is 25 Oct 99. Telephone requests to be placed on the mailing list will not be honored. Web link = http://bsx.org/edwards/bus_ops Link desc = On-line Acquisition Solicitation Information System EMAIL: nick.condos@edex.edwa rds.af.mil. On-line Acquisition Solicitation Information system URL http://bsx.org/edwards/bus_ops Address: 30 North Wolf Ave., Edwards, CA, 93524-6351 Posted 10/07/99 (D-SN390124). (0280)

Loren Data Corp. http://www.ld.com (SYN# 0037 19991012\J-0005.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page