SOLICITATION NOTICE
J -- Non-personal, sole-source services contract to provide (1) Preventative Maintenance, (2) Emergency Repair, and (3) Test Support on the Weibel Tracking Radar, Hawk Tracking Radar, and Weibel Velocity Radar
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-05-R-0008
- Response Due
- 7/25/2005
- Archive Date
- 9/23/2005
- Small Business Set-Aside
- N/A
- Description
- 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. The Dugway Proving Ground, Directorate of Contracting is contemplating a sole source procurement with Dopplertech, Inc., 13110 E. 49th Lane; Yuma, AZ 85367-7650 to provide Non-personal se rvices contract to provide (1) Preventative Maintenance, (2) Emergency Repair, and (3) Test Support on the Weibel Tracking Radar, Hawk Tracking Radar and Weibel Velocity Radar to include labor, materials, airfare, car rental, meals, travel and all necessar y equipment to perform this task at the West Desert Test Center located at U.S. Army, Dugway Proving Ground, Utah installation. Pursuant to 10 U.S.C. 2304 (c)(1), and Federal Acquisition Regulation 6.302-1, supplies, services, and/or equipment required ar e available from one responsible source and no other type of supplies, services, and/or equipment will satisfy agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, all responsible sources may submit a quotation which shall be consid ered by the agency. Supporting evidence must be furnished to demonstrate the ability to comply with the Government's requirements. If no responses are received, the Government will proceed with sole source negotiations with Dopplertech, Inc.. Dugway Pro ving Ground as a Major Test and Training Range is responsible for conducting testing on munitions associated with Smoke/Obscurations and Illumination and as such is responsible for collecting data for analysis to include Tracking Radar and Velocity Radar. This combined synopsis and solicitation is for the following commercial items: CLINS 0001, 1001, 2001, 3001, and 4001: Preventative Maintenance: This task includes performs the maintenance necessary so that the tracking radar and velocity radar system op erate in as efficient a manner as possible and include but is not limited to scheduled trouble-shooting and repair, swap of major components (i.e. Antennas, power supplies, analyzers etc.) subject to availability of spares; repair, replacement cleaning an d testing of cables; performing maintenance on the analyzer, tracker, antennas, tripod and P.C. to include cases, fasteners, gears, seals and bearings; install, test and provide training on new software as it becomes available; maintenance and repair of s oftware/software configurations to include O.S. on Instrumentation Controller (P.C.); update operating manuals; disassembly, stripping and preparations of coating for corrosion control; remove, clean and replace (if necessary) all electrical connections; c oat with applicable compounds; lubricate, reassemble, test and calibrate each individual system with calibration to be performed in accordance with OEM factory specifications (Analyzer, Tracker and Antennas). Maintenance is to be performed every 4 months beginning August 2005. The Contractor is required to provide a Preventative Maintenance schedule for the equipment identified within 30 days after award of contract. Preventative maintenance shall be conducted in accordance with the original equipment m anufacturers instructions. An equipment malfunction record shall be completed for each preventative maintenance visit and left with the Governments technical point of contact, Mr. David Frost. The Contractor shall provide the Government with a local or toll-free phone number for service calls (see III.3(b) Emergency Maintenance). This phone number must have low frequency use and must be monitored 24 hours a day, 7 days a week including holidays. The Contractor shall obtain any special tools designed a nd used by the OEM or equal for maintenance. CLINS 0002, 1002, 2002, 3002, and 4002: Emergency (Remedial) Maintenance: This task is for emergency repair callo ut and includes that which is necessary from Task 1to bring the individual system up to operating standards in accordance with OEM factory specifications with personnel on site within 48 hours of notification of repair. The maintenance personnel shall ar rive at the designated point as indicated within 48 hours from the time the Government makes actual contact with the Contractor through the designated maintenance point-of-contact. The Government has the responsibility to provide the point-of-contact wit h as much information as possible to allow the proper selection of personnel and equipment to be dispatched to the system site. Government personnel authorized to request service will be designated in writing to the Contractor. When the equipment is inop erable, the Contractor shall have sufficiently skilled personnel on the job to return the equipment to an operable condition. Remedial maintenance shall be performed during the Preventative Maintenance or extension thereof (if required) after notification that the system or device is inoperative. The Contractor shall have a local spare parts inventory (i.e., local supplier) including all items that are contained in the system manufacturers commercially available spares kits for the system manufacturers devices under contract. The level of replacement of worn or defective parts should be consistent with the original manufacturers design of the equipment. If other than OEM parts are to be used, the contractor shall include a statement that the substitut e parts are of equal/greater quality. In no case shall the contractor use any replacement parts in repairing equipment which would result in the OEM refusing to support the equipment. CLINS 0003, 1003, 2003, 3003, and 4003: Test Support: This task only pertains to that which is necessary to provide test support in the setup, operation, data collection and processing of data as processed by Dugway Proving Ground Technicians on the Tracking Radar System to include the Weibel and Hawk Radars. Depending on the test requirements this could be limited to collecting data from one radar system behind the gun up to three (3) radar system slaved together, one behind the gun position as the master, one 90 degrees and up to 2 kilometers to the side of the gun posit ion and a third down range at a distance that would be determined by the type of munitions undergoing testing. CLINS 0004, 1004, 2004, 3004, and 4004: Army Personnel Reporting Requirement. This solicitation is issued as a request for quote (RFP). Submit written proposals (oral proposals will not be accepted), on RFP W911S6-05-R-0008. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541690 ($6 million ) applies to this procurement. Period of Performance are as follows: Base Year (CLINS 0001 through 0004) is 1 AUG 2005 to 31 JUL 2006; Option Year 1 (CLINS 1001 through 1004) is 1 AUG 2006 to 31 JUL 2007; Option Year 2 (CLINS 2001 through 2004) is 1 AUG 2007 to 31 JUL 2008; Option Year 3 (CLINS 3001 through 3004) is 1 AUG 2008 to 31 JUL 2009; Option Year 4 (CLINS 4001 through 4004) is 1 AUG 2009 to 31 JUL 2010. The following provisions and / or clauses applies to this acquisition: FAR 52.204-7 Central C ontractor Registration, FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-47 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scien tific and Medical, and/or Office and Business Equipment Contractor Certification; DFARS 252.204-7004 ALT A Central Contractor Registration, FAR 52.212-1 (JAN 2005) Instructions to Offerors - Commercial Items; FAR 52.212-3 (JAN 2005) ALT I (APR 2002) Of feror Representations and Certifications - Commercial Items, applies to this solicitation; FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2 003); FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (JAN 2005) (specifically, the following clauses cited in FAR 52.212-5 are applicable to this solicitation: FAR 52.203-6 ALT 1, FAR 52.219- 8, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.225-13; FAR 52.232-33; 52.222-41; 52.222-42; and 52.222-43); DFARS 252.212-7000 Offeror Representations and Certifications Co mmercial Items (NOV 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005) (specifically, the following clauses cited in DFARS 252.212-700 1 are applicable to this solicitation: FAR 52.203-3, DFARS 252.205-7000; DFARS 252.227-7015, DFARS 252.227-7037; DFARS 252.232-7003; DFARS 252.243-7002; and DFARS 252.247-7023. Army Contracting Agency Executive Level Agency Protest Program applies to thi s solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees, Location of U.S. Army Dugway Proving Ground, Normal Work Hours, Installation Security Requirement, Submission of Invoices, Service During Normal Work Hour s, Contractor Access to DPG, Identification of Contractor Employees, Security Badges and Protective Masks, Conformance of Labor Categories, Insurance Requirements, Safety and Accident Prevention, Firm Prices for Option Periods, GFP for Repair Will Be Retur ned to Government, and Government Contractor Relationships. Area Wage Determination 94-2531 REV 27 applies to this requirement. The proposal must be either faxed (435-831-2085) or emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns, you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil. Proposals are due no later than 10:00 AM MST (Mountain Standard Time), Monday, July 25, 2005.
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Zip Code: 84022-5000
- Record
- SN00844667-W 20050713/050711212114 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |