Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

J -- TEST AND TRAINING SUPPORT

Notice Date
7/26/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK11T0270
 
Response Due
8/1/2011
 
Archive Date
9/30/2011
 
Point of Contact
Sandra Kennedy, 410-278-0862
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(sandra.j.kennedy14.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK C.1 GENERAL: C.1.1 SCOPE. This is non-personal services contract to provide welder certification testing, procedure qualification, training, consultation, and related services on an "as needed basis." Test and training support that will be provided by the contractor will include welding procedure development, welding procedure qualification testing and skills training for Experimental Fabrication division personnel. The contractor will also provide specialty materials including maintaining welders' qualification records. C.1.2 BACKGROUND. Aberdeen Test Center (ATC) is a multi-purpose test center with diverse test capabilities and facilities. The unique combination of ATC's experienced personnel, state-of-the-art facilities, instrumentation, equipment, automotive courses, firing ranges, and industrial fabrication/repair capabilities provide a comprehensive facility available for testing a wide variety of military items, both domestic and foreign, as well as commercial items. Testing is conducted on full systems, as well as system components and includes such items as: combat and general purpose vehicles, automotive technologies, weapons and munitions, general support equipment, individual equipment, generators, night vision devices, bridges, sensors, communication systems and robotics. ATC also conducts vulnerability/survivability tests, flammability testing, and crash worthiness testing. ATC conducts and/or supports tests at other locations throughout the world with extensive mobile instrumentation and experienced. C.1.3 PERIOD OF PERFORMANCE. The period of performance shall be annual from the contract start date with two option years. C.1.4 PLACE OF PERFORMANCE. The contractor shall provide onsite training for welding procedure development, welding procedure qualification testing and welding skill development services at their own facility and or at U.S. Army Aberdeen Test Center (ATC), Building 315. C.1.5 HOURS OF NORMAL OPERATIONS. C.1.5.1 Principal Period of Maintenance (PPM): ATC is currently operating under an alternative work schedule. The contractor shall perform services within the government alternative work schedule and that work schedule will be known as the PPM for this contract. The PPM will be 8 workdays of 9 hours each, 1 workday of 8 hours, and every other Friday known as the Regular-Day-Off (RDO) as shown below. All workdays commence at 0700. MTWTF Week 19hrs9hrs9hrs9hrs8hrs Week 29hrs9hrs9hrs9hrs0 hrs C.1.5.2 Services shall not be scheduled during the following Federal Holidays: New Years Day, M.L. King Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. C.1.5.3 The government reserves the right to postpone services based on sensitive work activities occurring at the facility. The COR will provide 24 hour notification of the requirement and advise the duration, up to 5 business days. C.1.5.4 The government has the option to permanently change the hours and days of operation if the contractor is provided two weeks notice. C.1.5.5 Services shall be performed within the Principal Period of Maintenance (PPM) weekends and Federal holidays excepted, unless otherwise requested by the COR. Maintenance outside the PPM may be performed at the contractor's request, if authorized by the Contracting Officer's Representative (COR) at no additional cost to the government. The COR may permit the contractor to perform services at the contractor's facility. C.1.6 PERSONNEL. All services under this contract shall be performed by competent personnel, experienced and highly qualified to provide the required services in accordance with military standards, military standard operating procedures and published industrial procedures, without unnecessary delays or interference with government mission. C.1.6.1 Training, Education and Certification requirements. C.1.6.1.1 The contractor shall provide at minimum, a professional engineer, registered in the state of Maryland with licenses in Metallurgical / Welding Engineering for consultation and drawing approvals throughout the duration of this contract at no additional cost to the government. The contractor shall ensure that the professional engineer's Maryland license remains current through the duration of this contract at no additional cost to the government. The contractor shall provide credentials for the professional engineer to the contractor officer and or contracting officer representative upon request at no additional cost to the government throughout the life of the contract. C.1.6.1.2 The contractor shall provide at minimum, a mechanical engineer with an accredited degree to be utilized for engineering support in stress analysis and mechanical evaluations of welded structures. The contractor shall provide credentials for the mechanical engineer to the contracting officer and or the contracting officer representative upon request at no additional cost to the government throughout the life of the contract. C.1.6.2.3 The contractor shall provide at minimum, a certified welding educator. The welding educator must maintain a current certification with the American Welding Society in accordance with AWS Qc5-91 for welder training. The contractor shall provide credentials for the welding educator to the contractor officer and or contracting officer representative upon request at no additional cost to the government throughout the life of the contract. C.1.6.3 Hazardous Conditions. Contractor personnel may be exposed to the following conditions during performance of work: C.1.6.3.1 High noise levels (impulse and steady state); C.1.6.3.2 Proximity to electric power sources of high voltage and/or amperage; C.1.6.3.3 Working with lead acid batteries, radioactive materials, and ammunition; C.1.6.3.4 Diverse testing and welding environments C.1.6.4 Program Management and Key Personnel. N/A C.1.6.5 Identification of Contractor Personnel. The contractor shall provide a 2" x 1" nametag (black lettering with white background) with the company name and the word Contractor below it. The contractor shall ensure all personnel prominently display their nametags at all times while in a work. In addition to that, the contractor shall ensure all personnel identify themselves as a contractor employee (with the name of their company) when answering the telephone, using the email system, and when attending meetings. C.1.6.6 Personal Protective Equipment (PPE). All contractor personnel shall wear the appropriate PPE when in the following work areas: range areas where entrance is controlled by the Range Operations Team, industrial buildings, at construction sites, test sites and test facilities. Other areas may be reviewed to determine if hazards are present which necessitate the use of PPE. Failure to wear/use PPE may cause removal from the job site and/or seizure of non-compliant equipment/items. C.1.7 SAFETY. The Contractor agrees will abide by all ATC Safety Policies at no additional cost to the government. C.1.8 SECURITY. The Contractor will abide by all ATC Security policies at no additional cost to the government. C.1.8.1 Unescorted access into Restricted Areas: Unescorted access into the APG restricted areas shall be granted to contractor personnel who possess a current security clearance issued by the Defense Industrial Security Clearance Office (DISCO) or who were the subject of a favorably completed National Agency Check (NAC) or National Criminal Information Check (NCIC). Unescorted access shall be authorized provided no more than 24 months have lapsed since the date of the termination of the security clearance or break of service and there is no known adverse information. The contractor is responsible for providing individuals eligible for unescorted access to service equipment. Since the work to be performed is inside a secure area and all non-US persons are escorted, no foreign nationals (non-US citizens) will be used in this contract. C.1.8.2 NCIC Requests: The contractor shall have completed a SSB Form 1199, Application for Civilian ID Card/Security Badge, and FD 258, Application Finger Print Card, for each employee requiring unescorted access who does not meet one of the requirements above. Upon contract award, the contractor shall obtain required forms from the COR and return the completed forms to the COR within 10 working days. Until a favorable NCIC is completed, contractor personnel shall be continually escorted into, out of, and within the restricted areas by other contractor personnel who possess a photographic security identification badge. Processing time for the NCIC is approximately 30-45 days. The contractor shall advise employees that the NCIC shall be used to review criminal history records and that adverse information may result in an employee being denied access into the restricted areas. The contractor shall be responsible for delays in the performance under this contract caused by the disqualification of employees for unescorted access security badges. C.1.8.3 Security Badges: Security badges will only be issued to contractor personnel in accordance with APGR 190-4. Security badges shall be approved and issued by ATC Security personnel to contractor personnel upon written request from the COR and after the investigation or security clearance has been verified. Contractor personnel shall wear the security badge above the waist at all times while in the restricted (security) areas of APG. Contractor personnel shall only display the security badge while inside the security area and ensure that it is out of sight once they exit the security area. The badge WILL NOT be used as identification to gain access to the installation or for identification off the installation. The contractor is responsible for ensuring compliance by contractor personnel. C.2 APPLICABLE DOCUMENTS AND AVAILABILITY. N/A. C.3 REQUIREMENTS C.3.1WELDER CERTIFICATION AND PROCEDURE QUALIFICATION C.3.1.1 The contractor shall provide welder certification testing, procedure qualification, training, consultation, material for certification testing, pulling of test samples, and related services on an "as needed basis" for the duration of the contract at no additional cost to the government. Test and training support that will be provided by the contractor to include welding procedure development, welding procedure qualification testing and welding skills training for Aberdeen Test Center Experimental Fabrication Division personnel. C.3.1.2 Test and training support shall be provided by the contractor to include welding procedure development, welding procedure qualification testing and skills training for Aberdeen Test Center Experimental Fabrication Division personnel as designated by the COR. The contractor shall will provide specialty materials including maintaining welders' qualification records for the life of the contract at no additional cost to the government. C.3.1.3 Throughout the duration of this contract, upon single and or multiple requests of the COR, the contractor shall provide consultation and services for Welding Procedure Development (WPD), Welding Procedure Qualification Testing (WPS, PQR), and Welder Performance Qualification Testing (WPQ) at no additional cost to the government. C.3.1.4 Throughout the duration of this contract, upon single and or multiple requests of the COR, the contractor shall provide welding skills training for Aberdeen Test Center Experimental Fabrication Division welding personnel, as directed by the COR, at no additional cost to the government on an "as needed basis". Welding skills training shall include new processes and procedures, specialty procedures and or education and skill development with specialty materials. The welding skills training may involve multiple occasions with multiple requests by the COR. The term "as needed basis" is defined as multiple occasions as deemed necessary by the COR and at no additional cost to the government. C.3.1.5 The contractor shall maintain all documentation results of all Welder Qualification Results (WQR). The contractor shall also make all documentation available to the COR upon single and or multiple requests throughout the duration of the contract at no additional cost to the government. The contractor shall safeguard the WQR and shall not disclose the results of the WQR to outside parties without written permission by the COR. At the conclusion of the contract, the contractor shall turn over to the COR all WQR documentation within 30 days of contract termination. C.3.1.6 Throughout the duration of this contract, upon single and or multiple requests of the COR, the contractor shall provide consulting test and training support for the Aberdeen Test Center Experimental Fabrication Division. At the request of the COR and at no additional cost to the government, the contractor shall provide technical consulting and testing services for 1.Testing Services / Consulting: a.Technical Feasibility analysis for experimental and or production weldments and projects. b.Engineering drawing /design reviews, recommendations, and or approvals. c.Certified welding inspector services per AWS Qc1-88 d.Engineering support for welding procedures development. e.Maintaining certification documentation and test records. 2.Testing Services for: Code: MIL-STD 248D or as required by current job / specifications A.Welding Procedures Qualification Testing (WPS's, PQR's) B.Welder Performance Qualification Testing (WPQ's) C.Welder Performance Qualification Testing 2 WPS/PQR/WPQ's 3.Training Services: Skills training for welding personnel. This may be used for enhancing existing skills, teaching of new processes or procedures and materials such as titanium allows. Taught by AWS Qc5-91. C.4 DELIVERABLES AND DELIVERY SCHEDULE C.4.1 The contractor shall provide welder certification testing, procedure qualification, training, consultation, welder qualification records and related services on an "as needed basis" during the period of 1 August 2011 through 31 July 2012. C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES N/A C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES N/A C.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The QASP describes the procedures the government will use to ensure that the service provider is meeting the minimum requirements of the PWS. The service provider is responsible for building quality into the process. The QASP includes the method of inspection the government will use, the reports required, and the government resources to be employed. When determining the appropriate level of quality surveillance, Management must consider the level of risk acceptable given the relationship of the commercial activity to the organization's mission. The QASP shall include responsibilities, procedures, techniques, criteria and guidelines for the proper execution of the plan. It can be incorporated in the SOW as Exhibit (s). C.8 CONTRACTING OFFICER REPRESENTATIVE (S) (COR) C.8.1 COR. The designated COR for this requirement is... C.9 NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). C.10 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil. C.11 TECHNICAL EXHIBITS. C.11.1 As determined by the COR throughout the duration of this contract C.12 PAST PERFORMANCE C.12.1 Contract References: C.12.1.1 The offeror shall submit with its initial proposal contract references representing its recent, relevant performance under Government and/or commercial contracts. The contractor shall submit no more than 5 contract references. No less than 3. C.12.1.2 "Recent" means any contract under which any performance, delivery, or corrective action has taken place within approximately the last 2 years of the issuance of this solicitation. C.12.1.3 "Relevant" means performance that demonstrates the offeror has successfully manufactured or provided similar services C.12.1.4 "Relevant" means performance that demonstrates the offeror has successfully performed contracts involving similar services: C.12.1.5 The in-house performance of the above-listed processes may be considered of greater relevance and a greater predictor of success than the outsourcing of such processes. C.12.1.6 The degree to which contracts are of a comparable complexity, size or value to the proposed effort may also be considered in determining relevance. C.12.1.7 The following information is required with respect to each contract reference: a. Contract number and award date b. Item(s) and/or service(s) provided, including product description, part number, if applicable c. A brief explanation of the contract's relevance of the current procurement d. Contract dollar value e. Quantity and monthly delivery rate if applicable f. Original performance schedule, actual performance dates g. Describe technical innovations or engineering changes that improved the quality of Performance aspects of the delivered product, or any significant achievements associated with contract performance. h. Buying activity or company, and mailing address i. Point(s) of contact, including names, job titles, telephone and fax numbers, and email addresses. C.12.1.8 Other contracts C.12.1.8.1 In addition to the above contract references, the offeror shall identify every recent and relevant contract it was awarded that: 1.Experienced any delivery/performance delays; 2.Experienced any quality problems; 3.Every recent contract that was terminated, or cancelled for any reason, in whole or in part. C.12.1.8.2 For any contract falling under the descriptions above, provide all of the information listed in the preceding paragraph, plus: 1. List each time the delivery schedule was revised 2. Provide an explanation of why the revision was necessary 3. Provide a copy of any cure notices or show cause letters received 4. Identify reason for any termination 5. State any corrective actions taken to avoid recurrence 6. Describe the extent to which the corrective action has been successful, identifying points of contact who can confirm the success of the corrective measures 7. Describe in detail any quality or technical performance problems, including: 8. Rejection or failure of vendor parts 9. Internal/external customer complaints 10. FATR/first piece disapprovals/failures 11. Lot rejections 12. Audit findings classified as major 13. Quality deficiency reports 14. Warranty claims 15. The number of contract references provided in response to this paragraph is unlimited. C.12.2 Past performance information is evaluated as a predictor of future contract performance. Using past performance information for each offeror, the Government will assess the probability that the instant requirement will be successfully completed in accordance with contract terms. C.12.3 In evaluating performance history, the Government may review the offeror's current and prior performance record of complying with all aspects of its contractual agreement: conformance to technical requirements; timeliness of deliveries/performance; quality of performance. C.12.4 The IPT may also include an evaluation of the "contractor's history of cooperative behavior and commitment to customer satisfaction." In conducting the past performance evaluation, the Government may use information obtained from other sources. C.12.5 The Government may consider the currency, degree of relevance, source and context of the past performance information it evaluates as well as general trends in performance, and demonstrated corrective actions. C.12.6 A significant achievement, problem/problem resolution or lack of relevant data in any element can become an important consideration in the selection process. C.12.7 A negative finding in any element may result in an overall high-risk rating. C.12.8 The Government may also consider past performance information regarding predecessor companies, key personnel, other corporate entities or subcontractors where such information is relevant to this acquisition. C.12.9 Offerors' past performance will be rated as follows: Very Low Risk: Based on the offeror's past performance, very little doubt exists that the offeror will successfully perform the required effort. Low Risk: Based on the offeror's past performance, little doubt exists that the offeror will successfully perform the required effort. Moderate Risk: Based on the offeror's past performance, some doubt exists that the offeror will successfully perform the required effort. High Risk: Based on the offeror's past performance, significant doubt exists that the offeror will successfully perform the required effort. Unknown Risk: The offeror had little or no recent/relevant past performance upon which to base a meaningful performance risk prediction. C.12.10 The Government is not required to interview all points of contact identified by offerors. C.12.11 It is the responsibility of the offeror to provide complete past performance information and thorough explanations. The Government is not obliged to make another request for the required information. C.12.12 Failure to provide in one's initial proposal the full factual information of this solicitation may reflect negatively on an offeror's cooperativeness and commitment to customer satisfaction
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4e7f31f4ee1866f75543a7a00a253a7d)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02510933-W 20110728/110726235424-4e7f31f4ee1866f75543a7a00a253a7d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.