Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SPECIAL NOTICE

66 -- THIS REQUEST IS FOR A MAINTENANCE CONTRACT FOR A CTF TANK SYSTEM INCLUDING A BASE YEAR AND TWO (2)OPTION YEARS.

Notice Date
4/17/2012
 
Notice Type
Special Notice
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK12-T-0109
 
Archive Date
7/16/2012
 
Point of Contact
Pamela S. Paradis, 410-278-8787
 
E-Mail Address
ACC-APG - Installation Division
(pamela.s.paradis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Intent to Sole Source The U.S. Army Contracting Command, Aberdeen Installation Contracting Division, Aberdeen Proving Ground, MD intends to sole source under solicitation number W91ZLK-12-T-0109. This procurement action is being conducted under FAR part 13 and 6.302-1 with the authority of 10 U.S.C. 2304 (c)(1), to EA Engineering, 15 Loveton Circle, Sparks, MD 21152-9201, as only one responsible source and no other supplies or services will satisfy the requirement; therefore proposals cannot be submitted directly on this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-56. The requirement is to procure the following item: This request is for a maintenance contract for a CTF tank system including a base year and two (2) option years. This notice of intent is not a request for competitive quotes, however, all information received by 20 April 2012 will be considered by the Government. All interested vendors must respond by 20 April 2012, 4:00 p.m. Eastern Time, Responses shall be submitted to the point of contact Pamela Paradis via e-mail, pamela.s.paradis.civ@mail.mil. The e-mail subject line shall state: W91ZLK-12-T-0109 Notice of Intent to Sole Source. A determination by the Government not to compete with this proposed contract based on upon responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED. TITLE: Certification, Maintenance and Decontamination of Biological Safety Cabinets and other Enclosures at the Edgewood Chemical Biological Center (ECBC) C.1.0 SCOPE. C.1.1 Background. ECBC's mission is to integrate lifecycle science, engineering and operations solutions to counter CBRNE threats to U.S. forces and the nation. As a research, development and engineering center, much of the concepts developed and tested regarding the B (biological) occur in laboratories. The primary means of protecting personnel in the laboratories is through the Biological Safety Cabinet (BSC). Biological safety cabinets must be certified every 6-months, maintenance when needed and decontaminated when necessary (before certification for a Class III biosafety cabinet or before HEPA filter change-out on other BSCs). An experienced certifier accredited under the National Sanitation Foundation working under a company that is compliant in ISO 17025-2005 is required to perform these duties to ensure personnel are protected from the pathogens worked with at ECBC. C.1.2 Objective. The objective of this contract is to perform semi-annual certification, maintenance, and decontamination (when necessary) of Biological Safety Cabinets in accordance with established standards. See Appendix B. In summary: *70 Class I and Class II biosafety cabinets *4 Class III biosafety cabinet (two certified with SF6 gas) *3 HEPA filters *8 Laminar Flow Units (LFU) * Formaldehyde or Hydrogen Peroxide can be used for Decontamination. *Service includes one certification twice a year per unit. *Certifications will be done in accordance to manufacture specification. *All required parts and labor necessary to certify hoods will be included. If cost will be billed, rate must be specified. *Copies of SOPs for certification will be provided to the Technical POC. *Rate for services such as unscheduled certifications; including parts, labor and decontamination will be specified. *Upon completion of certifications, contractor will provide the Technical POC the evaluation worksheets, documentation of certification, and a list of equipment certified and not certified. *Contractor will provide the Technical POC any decontamination and spore strip documentation associated with the certification process. *Contractor will contact the Technical POC with a proposed schedule before performing any work. C.2.0 APPLICABLE DOCUMENTS. C.2.2 Government Documents. C.2.1.1 Department of Army Pamphlet 385-69: Safety Standards for Microbiological and Biomedical Laboratories, 06 May 2009. (This pamphlet may be obtained from: http://www.apd.army.mil/pdffiles/p385_69.pdf.) C.2.1.2 CDC/NIH Publication: Biosafety in Microbiological and Biomedical Laboratories, 5th Edition, 2009. (This document can be found at: http://www.cdc.gov/biosafety/publications/bmbl5/.) C.2.2 Industry Documents. C.2.2.1 NSF/ANSI 49, Biosafety Cabinetry: Design, Construction, Performance, and Field Certification, 08 Nov 2011 (NSF/ANSI documents are available at: http://www.techstreet.com/standards/nsf/49_2011?product_id=1820290.) C.3.0 REQUIREMENTS. The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to perform the work as detailed. C.3.1 Safety. C.3.1.1 The contractor shall complete a visitor risk assessment to determine medical surveillance prior to entering any ECBC laboratories. C.3.2 Security. C.3.2.1 This contract is unclassified and does not contain security requirements or a Contract Security Classification Specification, DD Form 254. However, the Government may require Operations Security (OPSEC) measures (when applicable) to protect sensitive unclassified contract information. If access to unclassified sensitive information (For Official Use Only - FOUO) is authorized, contractor may access only the information related to the subject matter of this contract. C.3.2.2 The contractor shall not use foreign nationals on this contract unless approved by the Contracting Officer with Security Office concurrence. When requesting approval, the contractor shall furnish the following eleven items: Full Name; Date of Birth; Place of Birth; Citizenship; Registration Number; Type of Visa; Clear Copy of Picture Identification of Visa/Green Card/Permanent Resident Card; Port of entry; Title of Position to be filled; Abbreviated Curriculum Vitae; and Sole Source Justification of Employment to the Contract Specialist. These items will be reviewed by the Security Office with subsequent approval by the Contracting Officer. Previously approved foreign nationals must be re-approved if the nature of their work under this contract differs from that performed under the prior year's contract. C.3.2.2.1 The contractor shall ensure that foreign nationals approved for support of this effort will not have access to military technical or critical unclassified information. (The contractor may conduct a search through the Defense Technical Information Center to determine whether information is designated as military technical or critical unclassified information. Additional information is available from the Military Critical Technologies List (http://www.dtic.mil/mctl/). C.3.2.3 Should the government determine that the technology has developed to a point where the information warrants protection, a DD Form 254 and an approved classification guide will be issued. C.3.2.4 In accordance with restrictions required by Executive Order 12470, as amended, the Arms Export Control Act (Title 22, USC (Sec 275)), the International Traffic in Arms Regulation (ITAR), and/or Department of Defense (DoD) Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, foreign nationals shall not work on this contract without the express permission of the Contracting Officer. C.3.2.5 A violation of administrative security procedures or export control regulations that would subject critical unclassified information to possible compromise by foreign visitors or foreign national employees shall immediately be reported to the cognizant facility security office and government security authorities. C.3.3 Administration. C.3.3.1 Reports. C.3.3.1.1 The contractor shall provide SOPs used for certification C.3.3.1.2 Upon completion of certifications, contractor will provide the evaluation worksheets, documentation of certification, and a list of equipment certified and not certified. C.3.3.1.3Contractor will provide any decontamination and spore strip documentation associated with the certification process. C.3.3.3 Contractor Manpower Reporting. The contractor shall perform manpower reporting as follows: C.3.3.3.1 The contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://cmra.army.mil. The contractor shall report directly to the website. The contractor shall include the following: Contract Number (W9ZLK-12-T- ) Requiring Activity Unit Identification Code (W6JRAA) Command (Edgewood Chemical Biological Center) Contractor Contact Information Federal Service Code Direct Labor Hours Direct Labor Dollars Location Information C.3.3.3.2 The contractor shall also provide the estimated total cost (if any) (CLIN 0002) incurred to comply with this reporting requirement. The reporting period shall be the period of performance ending 30 September of the government fiscal year and must be reported by 31 October of each calendar year. C.3.5 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule requirements. The Government will use the Quality Assurance Surveillance Plan provided at Appendix B as the basis for assessing the contractor's performance. C.4 PERIOD OF PERFORMANCE The period of performance is 12 months from date of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/425d0462635a61d48ccf967c8ae8efb6)
 
Record
SN02724213-W 20120419/120417235537-425d0462635a61d48ccf967c8ae8efb6 (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.