SOLICITATION NOTICE
J -- Services of an ASNT Certified Level II inspector for quote mark LTC Integrated Mortar Inspection System quote mark
- Notice Date
- 12/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- 0010518157
- Response Due
- 1/5/2015
- Archive Date
- 2/8/2015
- Point of Contact
- Linda Reynolds, 443-861-4743
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(linda.j.reynolds.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental 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 U.S. Army Contracting Command, Aberdeen Installation Contracting Division, Aberdeen Proving Ground, MD intends to issue a Competitive quote mark Unrestricted quote mark award. This acquisition shall is to provide a certified American Society of Nondestructive Testing (ASNT) inspector to evaluate and validate documents/data for the Uniwest component of the LTC Mortar Inspection System and provide the maintenance and upgrades to the system to improve inspection results for the US Army Aberdeen Test Center (ATC). Solicitation number 0010518157 is issued as a request for proposal (RFP). The Federal Acquisition Circular FAC 2005-55. This associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $7.0. Request for copies of a solicitation in response to this notice will not be honored and/or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. The intention is to issue a single award at the discretion of the Government. Provide a price per CLIN. Interested parties may identify their capabilities by responding to this requirement, not later than 08:00 a.m. Eastern Standard Time (EST) on 1 January 2015. Period of Performance: To be determined (TBD) following contract award. This acquisition will be made using Wide Area Work Flow (WAWF). All information submitted should support the offerors capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offerors bona fide capability to provide these item(s). Verbal responses are not acceptable and will not be considered. Responses shall be submitted to the point of contact Linda Reynolds via e-mail at linda.j.reynolds.civ@mail.mil. CLIN 0001; Services; 1 quote mark Job quote mark @ $_____________ Base Year Period of Performance: To be determined upon date of award The contractor shall provide a certified American Society of Nondestructive Testing (ASNT) inspector to evaluate and validate documents/data for the Uniwest component of the LTC Mortar Inspection System and provide the maintenance and upgrades to the system to improve inspection results. Inspector must be Uniwest authorized and American Society of Nondestructive Testing certified, Level III Eddy Current. The Contracting Officer's Representative (COR) will contact the vendor when services are required. Cost Breakdown for 1 quote mark Job quote mark @ $_____________ and to include the following per each service call: At Vendor Site: Labor = $_________ per day, based on an 8 hour day Per-Diem (Maryland) = $_________ per day Mileage = $_______ per mile Travel = $________ per hour Reference the attached Performance Statement of Work. INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. CLIN 0002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 1001; Services; 1 Job @ $______________ Option Year One (1) Period of Performance: To be determined upon date of award The contractor shall provide a certified American Society of Nondestructive Testing (ASNT) inspector to evaluate and validate documents/data for the Uniwest component of the LTC Mortar Inspection System and provide the maintenance and upgrades to the system to improve inspection results. Inspector must be Uniwest authorized and American Society of Nondestructive Testing certified, Level III Eddy Current. The Contracting Officer's Representative (COR) will contact the vendor when services are required. Cost Breakdown for 1 quote mark Job quote mark @ $_____________ and to include the following per each service call: At Vendor Site: Labor = $_________ per day, based on an 8 hour day Per-Diem (Maryland) = $_________ per day Mileage = $_______ per mile Travel = $________ per hour Reference the attached Performance Statement of Work. INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. CLIN 1002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 2001; 1 quote mark Job quote mark @ $_______________ Option Year Two (2) Period of Performance: To be determined upon award The contractor shall provide a certified American Society of Nondestructive Testing (ASNT) inspector to evaluate and validate documents/data for the Uniwest component of the LTC Mortar Inspection System and provide the maintenance and upgrades to the system to improve inspection results. Inspector must be Uniwest authorized and American Society of Nondestructive Testing certified, Level III Eddy Current. The Contracting Officer's Representative (COR) will contact the vendor when services are required. Cost Breakdown for 1 quote mark Job quote mark @ $_____________ and to include the following per each service call: At Vendor Site: Labor = $_________ per day, based on an 8 hour day Per-Diem (Maryland) = $_________ per day Mileage = $_______ per mile Travel = $________ per hour Reference the attached Performance Statement of Work. INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. CLIN 2002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. STATEMENT OF WORK/PERFORMANCE WORK STATEMENT FOR THE LTC MORTAR INSPECTION SYSTEM C.1 GENERAL SCOPE: This procurement is a non-personal services contract for the support of the First Article test and Lot Acceptance Test of the USMC 60MM Lightweight Inconel Mortar System. C.1.2 BACKGROUND: The US Army 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 and/or 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. C.1.3 PERIOD OF PERFORMANCE: Base Year: for one year period upon date of award Option Year One: for one year period Option Year Two: for one year period C.1.4 REQUIREMENTS: 1. Provide the authorized American Society of Nondestructive Testing (ASNT) certified Level III services. 2. Validate the quote mark LTC Integrated Mortar Inspection System quote mark in support of First Article Test and Lot Acceptance test of USMC 60 MM Lightweight Inconel Mortar System. 3. Evaluate system functions and identify equipment function issues and be able to correct the issue. 4. If equipment function issue occurs, provide a written course of suggested remediation(s). 5. Prepare and approve a written inspection procedure. 6. Provide operator support for system use when required. 7. Evaluate inspection results when required. 8. Provide Level III services for UT, MT, PT, and ET for support when needed. C.1.5 PLACE OF PERFORMANCE: Performance shall take place at: US Army Aberdeen Test Center 400 Colleran Road Aberdeen Proving Ground, MD 21005 C.1.6 HOURS OF NORMAL OPERATIONS: ATC is currently operating under a standard work schedule. The current normal hours of operation is 0700 - 1530, Monday through Friday with the exception of Federal Holidays. C.1.7 CONTRACTING OFFICER REPRESENTATIVE (COR) AND/OR THE GOVERNMENT TECHNICAL POINT OF CONTACT (TPOC): COR to be appointed upon award C.1.8 PERSONNEL: Contractor shall be US Citizens and shall have a security clearance provided by their employer to gain access to the ATC buildings. The vendor shall be responsible for have their employees provide evidence of their security clearances. C. 1.8.1 IDENTIFICATION OF CONTRACTOR PERSONNEL: The contractor shall provide a nametag with a white background and with black lettering with the company name and the work quote mark CONTRACTOR quote mark below it. The contractor shall ensure all personnel prominently display their nametags at all times while in the work place. 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 e-mail system, and/or while attending meetings. C.1.8.2 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.1.9 SAFETY: All contractor personnel shall follow the applicable safety standards for the work being performed. C.1.10 SECURITY AND 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 by National Agency Check (NAC) and/or National Criminal Information Check (NCIC). Unescorted access shall be authorized provided not more than twenty (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.1.10.1 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 the identification off the installation. The contractor is responsible for ensuring compliance by contractor personnel. C.1.11 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.1.12 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistance Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting Systems, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contract 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's Representative (COR); Contracting Officer's Technical Point of Contact (TPOC); Contract number, the requiring activity identification code (UIC); Command, Obligated Dollars; Fund cite information; Direct Labor dollars; Federal Service Code (FSC), and Locations of services. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2517b3849b15c7fc25cb9a01de7052b2)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03592459-W 20141212/141210234505-2517b3849b15c7fc25cb9a01de7052b2 (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 |