Travis AFB intends to award a sole source Technical services maintaining and repairing of siemens telecomunications systems.
-Service request: Primary technical services performed by individuals who are capable of performing maintenance and repair of the Siemens HiPath 4000 telephone switch (PBX), crisis management dispatch consoles and all associated Siemens telecommunicatons hardware and software that are installed in the 60th Air Mobility Wing at Travis AFB, CA. Currently, there are 25 Siemens console positions that have touch-screen consoles, desktops and there is one main desktop server. All located in Bldg. 31, Room 58 on the Command Post Operations Floor
-This is a sole source request: "Second-level TAC support and factory are only available to Siemens end users and authorized distributors. "The software on the Siemens HiPath is proprietary. "Siemens Certified parts only available thru Siemens and authorized Distributors. "Response to customers without a maintenance contact is "as available" between the hours of 8 to 5, M-F, excluding Siemens holidays, regardless of the severity of the outage or the customer environment. "Siemens will not accept trouble tickets directly from Customers of Unauthorized Maintenance Service Providers nor will they accept or work directly with any Unauthorized Maintenance Service Providers. This includes providing remote or on-site support for problem determination and resolution, and providing new software release, maintenance releases and patches.
Award shall be made in the aggregate, all or none.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement listed in the description, CLIN 0001; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation).
FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252-232-7003 Electronic Submission of Payment Requests DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.222-41 Service Contract Act of 1965 Wage Determination No: 2005-2069 Revision No: 6 Date of revision: 05/29/2008 FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires in Full Text In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 23931;-Telecommunications Mechanic I -- $28.67+3.50 fringe benefits. (WG-10)
52.232-18 Availability of Funds, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
FAR 52.219-28 Post-Award Small Business Program Representation.
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.252-6 Authorized Deviation in Clauses
DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation.
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance.
AFFARS 5352.201-9101 Ombudsman.
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
All questions regarding the solicitation must be submitted to me via email by 20 Sep 2010. Please send all offers to [email protected] or fax to 707-424-5189 NO LATER THAN 22 Sep 2010, PST. Point of contact is SSgt Brock A. Bell, Contract Specialist, telephone 707-424-7724. Alternate POC is Elizabeth A. Squires, Contracting Officer, telephone 707-424-7761.