Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

J -- Repair service to Delta Scientific Hydraulic Bollard Barricade System (Model DSC800).

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
W912CL-11-T-0151
 
Response Due
9/27/2011
 
Archive Date
11/26/2011
 
Point of Contact
Arthur Conkwright, 210-295-6539
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(arthur.conkwright@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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 Request for Quotation (RFQ) number is W912CL-11-T-0151. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 dated 4 August, 2011. This procurement is restricted to Service-Disabled Veteran-Owned Small Business concerns. The North American Industry Classification System code is 811310, Small Business Size Standard 7.0M. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. A firm fixed price purchase order will be awarded. Both clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Description of Requirement: Repair service to Delta Scientific Hydraulic Bollard Barricade System (Model DSC800). Six of nine zones are currently not operational. Repair service is required to make them fully operational. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the repair service. The period of performance shall be for five weeks, beginning no later than 30 September 2011, and ending no later than 4 November 2011. 0001 Repair Service to Hydraulic Bollard Barricade System in/around Building 1000, Fort Sam Houston, TX in accordance with the Performance Work Statement. 0002 Contractor Manpower Report in accordance with the Performance Work Statement. (Not Separately Priced) PERFORMANCE WORK STATEMENT 1.0 GENERAL. This is a non-personal services contract to provide repair services for a Hydraulic Bollard Barricade System surrounding Building 1000 on Fort Sam Houston in San Antonio, Texas. The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. 1.1 Description of Services. The contractor shall provide all personnel,equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Bollard repair services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background. A Delta Scientific Hydraulic Bollard Barricade System (Model DSC800) has been installed in and around Building 1000, 4130 Stanley Road, Ft. Sam Houston, TX. This 9-zone system was initially installed in 2004 and consists of twenty-eight (28) bollards and five (5) Hydraulic Power Units, and is equipped with emergency vehicle detectors. Zones 1, 2, 3, 4, 5, and 6 are currently non-operational, and require repair to make them fully operational. 1.3 Objectives The purpose of the repairs to the Bollard equipment around Building 1000 to make them fully operational is to meet the mandatory security requirements for Building 1000. 1.4 Scope The Contractor shall provide repair services to bring the system up to fully operational condition. Equipment located in Zones 1, 2, 3, 4, 5, and 6 need repairs to make them operational. The Contractor shall provide all necessary parts needed to perform scheduled maintenance and repair services. 1.5 Period of Performance The period of performance shall be for five weeks, beginning no later than 30 September 2011, and ending no later than 4 November 2011. 1.6 General Information 1.6.1 Quality Control (QC) The contractor shall develop and maintain an effective QC program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's QC program is the means by which its work complies with the requirement of the contract. 1.6.2 Quality Assurance Contracts for commercial items shall rely on contractors' existing quality assurance systems as a substitute for Government inspection and testing before tender for acceptance unless customary market practices for the commercial item being acquired include in-process inspection. Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. 1.6.3 Government Technical Representative The Government Technical Representative (GTR) monitors all technical aspects of the contract and assists in contract administration. The Government Technical Representative is authorized to perform the following functions: assure the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; monitor contractor's performance and notify both the KO and contractor of any deficiencies; coordinate availability of government-furnished property; and provide site-entry of contractor personnel. The Government Technical Representative is not authorized to change any of the terms and conditions of the resulting order. The GTR is Mr Raul Salinas, Jr, 210-295-6559, raul.salinasjr@us.army.mil. 1.6.4 Contract Specialist The Contract Specialist is responsible for the administration of this contract and is your point of contact regarding any contract questions or concerns. No change, deviation, or waivers of this contract shall be effective without a modification of the contract executed by the Contracting Officer. The Contract Specialist is Mr Art Conkwright, 210-295-6539, arthur.c.conkwright.civ@us.army.mil. 1.6.5 Contract Manager The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the KO. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.6.6 Identification of contractor employees All contract personnel attending meetings, answering government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are government officials. They must also ensure all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Upon beginning any scheduled maintenance or repair work, contractor personnel shall sign in with the GTR who will issue common access area badges only. Contractor employees shall wear the badges so that the badges are visible at all times while performing any maintenance on the bollards. 1.6.7 Contractor Work Hours The contractor is responsible for conducting all scheduled repair services between the hours of 8:00 a.m. through 5:00 p.m. Monday through Friday except federal holidays or when the government facility is closed due to local or national emergencies, administrative closings, or similar government-directed facility closings. If the Contractor desires to work other than normal working hours or on weekends, the Contractor shall obtain written permission, at least five days in advance from the Government Technical Representative. 1.6.8 Place of Performance Place of performance will be Building 1000, 4130 Stanley Road, Fort Sam Houston, TX. 1.6.9 Type of Contract The government will award a Firm Fixed Price purchase order. 2.0 Definitions and Acronyms 2.1. Definitions Contracting Officer (KO): The service member or Department of Defense (DOD) civilian with the legal authority to enter into, administer, and/or terminate contracts. Government Technical Representative (GTR): A representative from U.S. Army South Operational Protection Division (OPD) to perform surveillance and to act as liaison to the contractor. Quality control (QC): Actions taken by a contractor to control the performance of contracted services to meet PWS requirements. Quality assurance: Actions taken by the Government to assure contracted services meet PWS requirements. 2.2 Acronyms DODDepartment of Defense KOContracting Officer PWSPerformance Work Statement QAQuality Assurance QCQuality Control Part 3.0 Government Furnished Items and Services: None Part 4.0 Contractor Furnished Items and Services 4.1. Personnel The Contractor shall provide qualified individuals capable of performing all work required under this contract, and who can communicate effectively in English with Government representatives. a. The Contractor shall act as, or provide a qualified person for all work performed under this contract. This individual shall have authority and responsibility for coordinating with the Government in all matters concerning work site performance. b. All personnel shall be citizens of the United States (U.S.) or possess a valid U.S. Immigration T-151 or I-94, Alien Registration Card. c. The Government has the right to restrict the employment under this contract of any Contractor employee who is identified as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. d. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of the Army, either military or civilian, unless such person seeks and receives approval in accordance with Department of the Army Standards of Ethical Conduct Rules. In addition, the Contractor shall not employ any person who is an employee of the Department of the Army if such employment would result in a conflict of interest as specified in DODD 5500.7-R, Joint Ethics Regulation. e. The Contractor's employees shall observe and comply with all installation and Department of Army directives, policies, regulations, and procedures concerning but not limited to, fire, safety, confined space, environmental protection, sanitation, security, flag courtesy, restricted access areas, wearing of military uniforms, possession of control substances, and possession of firearms, lethal weapons, and Non-Lethal (less than Lethal) Devices. f. All employees scheduled to work on Fort Sam Houston shall possess a valid picture ID in order to gain access to the installation. All vehicles and personnel entering or exiting the post are subject to search. Coordination will be made 24 hours prior to the event between the contractor and the GTR. 4.2 Protection of Materials and Work The Contractor shall at all times protect and preserve all materials, supplies and equipment of every description including Government property. The Contractor shall be responsible for all repairs to bring damaged materials back to their original condition. The Contractor shall be responsible for the security of Contractor supplies, equipment and vehicles. Descriptions, maps, and or photographs that may depict in any way the building, installation, and or procedures will be safeguarded from unintended personnel and or agencies that are not considered necessary. 4.3 Safety Requirements In order to provide safety control for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with all applicable portions of the Occupational Safety and Health Act (OSHA) and all pertinent provisions of Army Regulation 385-1, The Army Safety Program. 4.4 Documentation Contractor shall sign in with the Government Technical Representative prior to conducting any maintenance, and sign out upon completion of work. All work performed shall be identified and explained to the GTR. Contractor representative shall document all work performed, the Government representative that initiated the work order shall approve work performed upon completion. 4.5 Clean-Up The Contractor shall at all time keep work areas free from accumulations of waste material or rubbish. Prior to completion of the work, the Contractor shall remove any and all rubbish and tools, equipment, and materials that are not the property of the Government, from and about the premises. All trash and debris shall be disposed of off the confines of the installation. The Contractor shall not burn any rubbish, debris, and other combustibles within the confines of Fort Sam Houston. 4.6 Outages The Contractor shall coordinate all utility or facility outages a minimum of seventy-two (72) hours in advance of the required shutdown. Coordination shall be made directly with the GTR. 4.7 Safety/Environmental The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules and regulations. Any apparent conflict between compliance with such local, State and Federal laws, rules and regulations, and the required work shall immediately be brought to the attention of the GTR for resolution. 4.8 Adherence to Local, State, or Federal Laws The Contractor shall be liable for all fines, penalties, and costs that result from violations of, or failure to comply with all such Local, State or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or the Contractor's personnel may be grounds to halt performance. The Contractor shall take due caution not to endanger any personnel during performance of this work. Upon discovery of a serious hazard such as, but not limited to, fire or large fuel spill, the Contractor shall immediately notify the GTR. Part 5.0 Specific Tasks 5.1 Repair of Bollards. All repair services performed upon Bollards will be based upon original equipment manufacturer's recommendations, contractor expertise and standard industry practices. The Contractor shall provide qualified personnel, services, materials, equipment, supplies and facilities necessary to perform repairs of bollards, hydraulic power units, and electronic panels/boards and components associated with the hydraulic bollard barricade system located in/around Building 1000. Components and devices repairs include replacement and installation of bollard cylinders, hydraulic fluid hoses/lines, sensors, control circuit boards, bolts, nuts, and hydraulic biodegradable vegetable fluid so that all bollards in each zone (Zone 1, 2, 3, 4, 5, and 6) can be lowered and lifted from the Emergency Operations Center (EOC) electronic control panel, zone lights will turn green when bollards are in the down position and red when in the up position. 5.2 Contractor Manpower Reporting (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will reportALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall verify information input by the Government and completely fill in all other required fields in the reporting system using the following web address: https://cmra.army.mil/. The required information includes but is not limited to:(1) Contracting Organization, Contracting Officer, Government Technical Representative (GTR); (2) Contract number, including task and delivery order number; (3) Fiscal year covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Direct labor hours (including Subcontractors); (6) Direct labor dollars paid this reporting period (including Subcontractors); (7) Total invoiced amount (including Subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each Subcontractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (UIC WJMXAA); and (10) Locations where Contractor and Subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website). As part of it submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CMR data shall be input upon completion of services performed and prior to submission of final invoice. Part 6.0 Applicable publications DoD Directive 2000.16, DoD Antiterrorism Standards AR 525-13, Antiterrorism AR 190-51, Security of Unclassified Army Property AR 190-13 The Army Physical Security Program DoD 2000.12-H, DoD Antiterrorism Handbook UFC (Unified Facility Criteria) 4-010-01, DoD Minimum Standards for Buildings. The provision at FAR 52.212-1 - Instructions to Offerors - Commercial Items, and Addendum, apply to this acquisition. The provision at FAR 52.212-2 Evaluation - Commercial Items applies to this acquisition. Evaluation criteria to be included in paragraph (a) of the provision is 'Price'. The provision at FAR 52.212-3 Alt 1 - Offeror Representations and Certifications -- Commercial Items, applies to this acquisition and offerors shall include a completed copy of this provision with its quote. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 (DEV) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following provisions and clauses are applicable to this procurement: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-5 - Certification Regarding Responsibility Matters; FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-27 - Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Rerepresentation; FAR 52.222-3 - Convict Labor; FAR 52.222-21 - Prohibition of Segregated Facilities; FAR 52.222-26 - Equal Opportunity; FAR 52.222-41 - Service Contract Act of 1965 (Wage Determination 05-2521 Rev. 12 applies); FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires(23820 - Pneudraulic Systems Mechanic; WG-10; $17.42/hr; 36.45%); FAR 52.222-50 - Combating Trafficking in Persons.; FAR 52.223-5 - Pollution Prevention and Right-to-Know Information; FAR 52.223-6 - Drug-Free Workplace; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-33 - Payment by Electronic Funds Transfer -Central Contractor Registration; FAR 52.233-3 - Protest After Award; FAR 52.233-4 - Applicable Law for Breach of Contract Claim; FAR 52.237-1 - Site Visit; FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil); FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil); FAR 52.252-5 - Authorized Deviations in Provisions (DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT - 48 CFR Chapter 1);FAR 52.252-6 - Authorized Deviations in Clauses (DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT - 48 CFR Chapter 1); DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights: DFARS 252.212-7001 (Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232.7010 - Levies on Contract Payments. FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS - ADDENDUM. Pursuant to the Provision at FAR 52.237-1, potential offerors are encouraged to request a site visit prior to preparation of quotes. Site visits can be arranged by contacting Mr Art Conkwright at 210-295-6539, arthur.c.conkwright.civ@mail.mil. Quote shall be submitted via email to Mr Art Conkwright, arthur.c.conkwright.civ@mail.mil no later than 27 September 2011 at 10:00 AM CDT. Quote shall include 1. Price, identifying labor (including rate and number of hours) and materials (summarizing materials and unit price); 2. Applicable warranty information; 3. Offeror Representation and Certifications pursuant to FAR 52.212-3 Alt 1; 4. Certification Regarding Responsibility Matters pursuant to the Provision at FAR 52.209-5.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/771467f65d90326d322483f3d00fe75d)
 
Place of Performance
Address: Mission Division (PARC Americas 410th CSB) 4130 STANLEY RD STE 320, Fort Sam Houston TX
Zip Code: 78234-6102
 
Record
SN02588380-W 20110924/110922235608-771467f65d90326d322483f3d00fe75d (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.