Principal Period of Maintenance (PPM)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Oct 21, 2024 03:32 pm EDT
- Original Published Date: Oct 21, 2024 03:26 pm EDT
- Updated Date Offers Due: Nov 04, 2024 12:00 pm EST
- Original Date Offers Due: Nov 04, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Nov 19, 2024
- Original Inactive Date: Nov 19, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DF10 - IT AND TELECOM - IT MANAGEMENT AS A SERVICE
- NAICS Code:
- 541519 - Other Computer Related Services
- Place of Performance: Dahlgren , VA 22448USA
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6604
Submitted by: Lamar Anderson
NAICS Code: 541519
FSC/PSC Code: DF10
Anticipated Date to be published in SAM.gov: 10/21/2024
Anticipated Closing Date: 11/04/2024
Contracts POC Name: Lamar Anderson
Telephone#: (540)742-4132
Email Address: lamar.b.anderson@navy.mil
Code and Description: DF10 – IT and Telecom – IT Management as a Service
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017824Q6604 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award based on Statement of Work (SOW) for the following services:
The Statement of Work (SOW) describes the requirement for preventive and remedial maintenance services for Government-owned commercial computer equipment under the cognizance of the Integrated Warfare Systems Lab (IWSL). The equipment consists mainly of Hewlett Packard and former Digital Equipment Corporation (Compaq) CPUs (Alpha and Intel), and peripherals and networking components from Digital Equipment Corporation (Compaq) and other manufacturers. The equipment covered by the contract is located at the Naval Surface Warfare Center Dahlgren Division (NSWCDD).
This is a firm-fixed price contract requiring preventive maintenance and on-call remedial maintenance (remedial maintenance during the Principal Period of Maintenance (PPM). The PPM for this contract is 16 hours per day, Monday through Friday, 0500 – 2100, excluding federal holidays. During the PPM, the Contractor shall respond onsite to calls for service within four (4) hours and return the equipment to normal service (i.e. return the hardware and operating system to regular operation) within twelve (12) hours from the time service is requested. The contract also contains requirements for the Contractor to enter data into an onsite system service log. Contractor maintenance personnel that require access to the equipment to be maintained shall possess and maintain at least a SECRET level security clearance.
Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Proposal is due 4 November 2024, no later than 12:00 a.m. EST with an anticipated award date by November 2024. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to lamar.b.anderson@navy.mil prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6604 in the subject line.
Attachments –
-SF1449: Solicitation/Contract/Order for Commercial Items
-Equipment List
-DD254 (Solicitation)
Attachments/Links
Contact Information
Contracting Office Address
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
Primary Point of Contact
- Lamar Anderson
- lamar.b.anderson@navy.mil
- Phone Number 5407424132
Secondary Point of Contact
History
- Nov 20, 2024 12:00 am ESTCombined Synopsis/Solicitation (Updated)
- Oct 21, 2024 03:26 pm EDTCombined Synopsis/Solicitation (Original)