KO

Cleanroom Drive Restoration, Big Hill Lake, Kansas

Summary: Cleanroom Drive Restoration for Two (2) Drives Big Hill Lake, Kansas 1.0 Scope of Work 1.1. The Tulsa District requires a contractor who can diagnose and restore up to two (2) drives in a cleanroom that meets or exceeds the ISO 14644-1 Cleanroom Standard Class 8. After drive restoration the contractor will provide shipping to Big Hill Lake (19065 Cherryvale Pkwy., Cherryvale, KS 67335) via insured priority service with tracking. The work to be performed under the terms of this contract consists of furnishing all supplies and services, labor, equipment, instruments, materials, and incidentals to support Drive Recovery. 1.2. Background – The Big Hill Office Server and Backup Server are corrupted. Analysis by the CIO/G6 Forensic Team determined that the data would need to be recovered in a cleanroom. 1.3. The “work” shall mean to provide drive recovery as follows: a) General. The contractor shall receive six (6) drives. Four (4) of these drives form the RAID. Two (2) of the RAID drives are damaged and two (2) are working. The remaining two drives are the operating system drives and are being provided for the data recovery experts to have if any information from the operating system is needed to complete the rebuild. Up to two (2) drives that are a part of the RAID must be rebuilt in a cleanroom so the data can be recovered from the RAID file system. The contractor will need to diagnose and repair the 2 drives. The contractor will then rebuild the RAID and recover any data from those drives. The cleanroom must be at a minimum ISO 14644-1 Cleanroom Standard Class 8 certified. b) References. ISO 14644-1 Cleanroom Standard 2.0 Invoicing 2.1. Submit one copy of the invoice to Tabitha Westhoff at Tabitha.s.Westhoff@usace.army.mil. Payment for services rendered will be made in a lump sum after all exams have been performed and invoices received. 2.2. Invoices shall include the employee’s name and the contractor name, address, billing period, payment terms, contract number, date, invoice number, line item number, tests administered, amounts, subtotals (if applicable), and amount total. 3.0 Period of Performance Period of performance is six (6) months from date of purchase order award. Delivery for drive restoration will be scheduled by a Government POC a minimum of 2 days in advance. 4.0 Point of Contact (POC) To be provided at the time of award. 4.0 Confidentiality The Contractor will make no public announcements or disclosures relative to information developed from this Scope of Work. All information gathered will be considered privileged information of the United States Government. All documents, data, and any form of information generated under this contract will remain the exclusive property of the U.S. Government. All rights or copyrights to contract products will be in compliance with FAR 52.227-14, Rights in Data-General. The Contractor will not release or allow access to GFI, or documents/data/information generated under this contract outside of the U.S. Government officials as designated by the Contracting Officer (KO), Contracting Officers Representative (COR), and, if applicable, the designated installation POC. All requests for information will be directed to the KO or COR. Information or other related data will not be released, by the Contractor or any sub-Contractor(s), to other Government agencies (DOD and Non-DOD), private groups, private individuals, or private agencies, without prior written approval from the KO.

Vehicle: IT 70

RFP release date: 9/22/2021

Proposal due date: 9/30/2021

Related Attachments:

Read more

Clean by Power-Washing the exterior of the Waesche Hall Bridge Wall

Summary: SCOPE OF WORK: The Contractor shall furnish all equipment; labor, materials, supervision and transportation to clean by power-washing the exterior of the Waesche Hall Bridge Wall (Approximately 4,775). – LOCATION: The specified work shall be performed at the above locations at the U.S. Coast Guard Academy located at 15 Mohegan Ave, New London, CT 06320. – CONTRACT OFFICER’S REPRESENTATIVE: The term COR is an abbreviation for “Contracting Officer’s Representative”. The COR is appointed by the Contract Officer (KO). The COR ensures that all the technical requirements are met by the Contractor. The COR cannot make contract changes or amendments. Only the KO can make contract changes if he or she approves. – SITE VISIT: Bidders are expected to visit the project site to make a survey of the conditions to be encountered which may affect the cost of the performance of the work. An awarded Contractor that fails to familiarize themselves with the existing conditions shall not be relieved from the responsibility of full completion of the project. Interested Contractors are encouraged to contact Brian Boss, Asst. Public Works Officer at Brian.R.Boss@uscg.mil (preferred) or by phone at 860-444-8554 to schedule a site visit. The Contractor shall verify dimensions, linear footages, square footages, and site conditions and advise the COR of any discrepancies found prior to bidding on this project. – SECURITY: The Contractor shall provide a list of all on-site personnel, including Sub-Contractors to the COR or KO. The Contractor shall update this list when changes occur. Contractor personnel not listed may be denied access to the Coast Guard facility. Contractor personnel will be restricted to designated working areas. Any personnel violating this policy may lose access to the Coast Guard facility. Contractor personnel shall have photo identification at all times while working on Coast Guard facilities. – PERIOD OF PERFORMANCE: The Contractor shall proceed with work on the negotiated start date determined between the Contractor and COR. Targeted period of performance is from date of award, not to exceed September 17, 2021.

Vehicle: PSS

RFP release date: 7/27/2021

Proposal due date: 8/13/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com