Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

66 -- Maintenance support for the RAPTOR 449 MHz Radar Wind Profiler

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-T-0042
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
 
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. Solicitation #W911S6-12-T-0042 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. All firms responding must be registered with the Central Contractor Registration (CCR). Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the purchase of annual maintenance for the RAPTOR Radar Wind Profiler located at Dugway Proving Ground, UT. The period of performance is anticipated to be September 24, 2012 through September 23, 2013 for the base year with two subsequent option years. Option years are subject to the availability of funding in accordance with FAR 52.232-18. Notice of Intent to Sole Source: This is a notice of intent to negotiate on a sole source basis with DeTect, Inc. 1902 Wilson Ave. Panama City, FL 32405. Pursuant to 10 U.S.C. 2304 ( C ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and / or equipment are available from one responsible source and no other type of supplies, services and / or equipment will satisfy agency requirements. Vendors may identify their interest and capability to respond to the requirement by emailing the points of contact identified below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Sandra Johnson, Contract Specialist: sandra.j.johnson90.civ@mail.mil Paul Frailey, Contracting Officer: paul.e.frailey.civ@mail.mil Performance Work Statement (PWS) RAPTOR System Support Plan Vision Statement Continuation of the original equipment warranty. 1 Introduction - Reserved Reserved 1.1 Mission - Reserved Reserved 1.2 Background - Reserved Reserved 1.3 Scope Provide a RAPTOR System Support Plan to include preventative maintenance, telephone and internet technical support, remote system monitoring, software upgrades and maintenance, and repair or replacement of failed parts or components. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at US Army Dugway Proving Ground, UT and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. The contractor shall be responsible for all management and administration matters relating to compliance with state and local laws, policies and procedures. Any differences that arise at the installation shall be the responsibility of the contractor for resolution. 2.3.3 Personnel Administration - Reserved Reserved 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each PWS line item issued hereunder will be the minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at US Army Dugway Proving Ground, UT (DPG). DPG is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Normal workdays are Monday through Thursday except US Federal Holidays. Workers typically work ten (10) hours per day, 40 hours per week. Regular hours of work are from 0650 to 1720 daily. The following Federal Holidays are observed: January 1st 3rd Monday in January 3rd Monday in February Last Monday in May July 4th 1st Monday in September 2nd Monday in October November 11th 4th Thursday in November December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday, the preceding Thursday is observed as the holiday. 2.7 Travel / Temporary Duty (TDY) - Reserved Reserved 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 RAPTOR Service Agreement The RAPTOR service agreement extends the original warranty support and provides for the continuation of the original warranty including system preventative maintenance (excluding routine maintenance), telephone and internet technical support, remote system monitoring, RAPTOR operating system software upgrades and maintenance, and repair or replacement of covered parts and components. Covered Equipment & Components: 1.The RAPTOR System hardware as originally supplied by DeTect, Inc.; 2.Any DeTect-supplied upgrades or modifications made to the System as of the start date of this agreement; 3.The RAPTOR System operating software and any upgrades and/or add-on functionally supplied by DeTect. Excluded Equipment & Components: Components for which time-in-service has exceeded recommended service life are not covered by this agreement, although the Contractor shall endeavor to repair and/or find suitable replacement items, the Contractor will not be held liable for full replacement cost. The following items are not covered or replaced by the Contractor under this agreement: 1.Government supplied or installed components or ancillary systems; 2.Facilities (e.g., shelter, HVAC systems, communications systems, utilities) and exterior components experiencing normal aging or degradation (e.g., exposure to the elements). 3.1.1The contractor shall provide site visits for the RAPTOR system. The contractor shall provide up to two site visits and system services each year to include inspection, preventive maintenance, software upgrades and calibration of the RAPTOR System. Performance Standards a) STD: Fully functioning RAPTOR FBS-ST 449 MHz 256e-4kW with RASS AQL: 95% Deliverables A001 Trip Report 3.1.2The contractor shall provide 24-7 telephone and internet technical support for the RAPTOR system. Performance Standards a) STD: Fully functioning RAPTOR FBS-ST 449 MHz 256e-4kW with RASS AQL: 95% 3.1.3The contractor shall provide data monitoring and analysis support for the RAPTOR system. Data monitoring and analysis support provided if system data is available online or if sample data is sent by the Government to the Contractor. Performance Standards a) STD: Fully functioning RAPTOR FBS-ST 449 MHz 256e-4kW with RASS AQL: 95% 3.1.4The contractor shall provide, install, and configure operating system software updates as released for the RAPTOR system. RAPTOR System operating software upgrades as released by DeTect will be periodically provided and installed by DeTect, either on-site or via remote download, installed by the customer (under direction from DeTect), and are included. Performance Standards a) STD: Fully functioning RAPTOR FBS-ST 449 MHz 256e-4kW with RASS AQL: 100% 3.1.5The contractor shall provide on-site repair or replacement of components for the RAPTOR system. The Contractor shall provide on-site repair and/or replacement of any components originally delivered by DeTect that fail within the plan term, excluding wear parts, which includes labor and travel costs to the service covered equipment during the plan period. Repaired or replaced components shall maintain System operability within DeTect design parameters. Performance Standards a) STD: Fully functioning RAPTOR FBS-ST 449 MHz 256e-4kW with RASS AQL: 95% Deliverables A001 Trip Report 3.2 Personnel Reporting 3.2.1The contractor shall provide personnel reporting in accordance with the Department of the Army Personnel reporting system. Performance Standards a) STD: Timely [no later than October 31st of each calendar year] AQL: 100% 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety Contractor Access to DPG: Access to DPG requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drives license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to DPG. Delays caused by adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor's responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Foreign Visitors/Employees: Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit DPG during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. Vehicle Licensing and Registration: The contractor's vehicles shall be operated and maintained within safety limits prescribed by State of Utah and the installation. All vehicles operated on installation streets, roads, and thoroughfares shall be properly licensed and registered with the State of Utah. Personnel Identification: Contractor personnel shall have in his possession a photo identification card, for example, a valid driver's license. Physical Security: The contractor shall be responsible for safeguarding all government property in the work area. Facilities and equipment shall be secured at the close of each performance period. 4.2 Transition - Reserved Reserved 4.3 Government Furnished Materials - Reserved Reserved 4.4 Environmental Requirements - Reserved Reserved 4.5 Applicable Directives - Reserved Reserved 4.6.1 Conduct / Appearance The Government reserves the right to deny (bar from the post) an individual's access to DPG for reasons of impropriety that relate to laws, professions ethics, or conflict with Army requirements. In these situations, the contractor must provide an acceptable worker within thirty calendar days after receipt of notification that an individual has been banned from post. The contractor shall not sell any commodity or service to any individual on the installation or associated with this agreement. The contractor shall present a neat, well-groomed appearance at all times during the performance of services under the contract. The contractor shall wear clothing commonly associated and appropriate with the position. 4.6.2 Work Conditions - Reserved Reserved 4.6.3 Vacation / Illness / Injury The contractor will not be paid, if he becomes ill and cannot perform. In the event of illness or injury, which may require emergency medical procedures or treatment, the contractor shall summon ambulance assistance by dialing 911 and notifying staff. The contractor is responsible for all costs for medical treatment that he may require. 4.6.4 Publicity The contractor shall not disclose information concerning this agreement or his activities at US Army Dugway Proving Grounds, Utah unless approved by the Contracting Officer. 4.6.5 Scheduled / Unscheduled Visits - Reserved Reserved 4.6.6 Insurance Requirements The following insurance is required as a minimum; (a) Legally Required Insurance: Where certain laws apply such as State laws governing workman's compensation and employer's liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. (b) Comprehensive General Liability & Automobile Liability: Comprehensive General Liability: Each Person Per Occurrence: None; Property Damage: $500,000 Automobile Liability: Each Person Per Occurrence: $200,000; Property Damage: $500,000 4.6.7 Identification of Contractor Personnel (a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company's discretion. No other items may be placed on the badge. (b) Contractor workspace (office, laboratory, desk, etc.) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include their company name. 4.6.8 Government - Contractor Relationships (a) The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractors employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. (b) Contractor personnel under this contract shall not: (1) Be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2) Be placed in a staff or policy making position. (3) Be placed in a position of command, supervision, administration of control over DA Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4) Be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5) Be used in administration or supervision of military procurement activities. (c) Employee Relationship: (1) The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractors employees will act and exercise personal judgment and discretion on behalf of the contractor. (2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This stipulation is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract. 4.6.9 Replacement of Personnel - Reserved Reserved 5 Deliverables The contractor shall provide deliverables as described. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier Name Description A001Trip ReportDescription of services provided during site visit. Trip report shall be provided to the COR within 10 calendar days of the site visit. 6 Related Documents The following Documents are related to this project (End of PWS) This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0040. All firms responding must be registered with the Central Contractor Registration (CCR). Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Thursday, September 13, 2012 at 5:00 p.m. (prevailing local time at Dugway Proving Ground, UT). The following provisions and clauses apply to this RFQ: Local FAR Clauses: 52.000-4001, Foreign Visitors / Employees; 52.000-4002, Location of U.S. Army Dugway Proving Ground; 52.000-4003, Normal Work Hours; 52.000-4949, Contractor Access to DPG; 52.204-4000, Department of Army Personnel Reporting System; 52.223-4001, OSHA Standards; and FAR Provisions and Clauses: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Offerors shall include a completed copy of this provision with its offer); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; oThe following clauses are incorporated by FAR 52.212-5 for this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Act - Price Adjustment (Multiple Year and Option Contracts); 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.246-1, Contractor Inspection Requirements; 52.247-34 FOB: Destination. DFARS Provisions and Clauses: 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003 Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items (Offerors shall include a completed copy of this provision with its offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; oThe following clauses are incorporated by DFARS 252.212-7001 for this acquisition: 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Alternate III, Transportation of Supplies by Sea 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; 252.232-99, Providing Accelerated Payment to Small Business Subcontractors; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions, and 252.232-7010, Levies on Contract Payments. Interested vendors wishing to respond to this solicitation shall provide a quote and pricing valid for 60 calendar days. Offers are due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on September 17, 2012. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00e729cf049fd5dc57ec137c63f18956)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02876735-W 20120913/120912000353-00e729cf049fd5dc57ec137c63f18956 (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.