SOLICITATION NOTICE
J -- RAVE II Maintenance Subscription
- Notice Date
- 2/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-15-T-0064
- Response Due
- 2/11/2015
- Archive Date
- 4/4/2015
- Point of Contact
- DeAnna Sivage, 575-678-4963
- E-Mail Address
-
ACC-APG - Adelphi
(deanna.m.sivage.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (SEP 2003) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 6.302. The name of the company the Government intends to award a contract to is Mechdyne Corporation, 11 E Church St, Ste 400, Marshalltown, IA, 50158-5011. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-15-T-0064. This acquisition is issued as a notice of intent to sole source. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78 effective 26 December 2014. (iv) The associated NAICS code is 333318. The small business size standard is 1,000 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001 - Maintenance Subscription - RAVE II (BASE) CLIN0002 - Maintenance Subscription - RAVE II (OPTION 1) CLIN0003 - Maintenance Subscription - RAVE II (OPTION 2) CLIN0004 - Maintenance Subscription - RAVE II (OPTION 3) (vi) Description of requirements: Performance Work Statement (PWS) MAINTENANCE OF RAVE II SYSTEM C.1 Background. The Human Research and Engineering Directorate (HRED) currently has one (1) RAVE II system in operation at the US Army Research Laboratory (ARL). This system is used to provide a visual scene for virtual reality simulations, and the validity of the research greatly depends on the quality of the images provided by the system. C.2 Objective. The validity of the research greatly depends on the quality of the images provided by the system, and to ensure the quality of the images does not deteriorate, it is essential to have routine preventative maintenance on the system. The Government requires one (1) base maintenance period, and three (3) subsequent option periods. C.3 Requirement. The Contractor shall provide two (2) Preventative Maintenece Visits (PMVs), One (1) On Site System Support Visit (SSV), and a 72-Hour On Site Response Time for emergency maintenance services. C.3.1. PMVs (BASE - CLIN0001) C.3.1.1 The Contractor shall check and tune the projectors and displays for color balance and color temperate to ensure full system functionality and operability C.3.1.2 The Contractor shall check and document the number of hours on each lamp and notify the Government if a lamp(s) is near end of life C.3.1.3 The Contractor shall check and tune warp and alignment, and make necessary geometrical adjustments to ensure full system functionality and operability C.3.14. The Contractor shall check the focus and adjust as necessary to ensure full system functionality and operability C.3.1.5 The Contractor shall check all systems and ensure the most current firmware updates have been completed C.3.1.6 The Contractor shall check and ensure all system cables are protected and properly connected to ensure full system functionality and operability C.3.1.7 The Contractor shall check the blend and adjust as needed to ensure full system functionality and operability C.3.1.8 The Contractor shall check and tune stress points, mirros, screens, and floor to ensure full system functionality and operability C.3.1.9 The Contractor shall check, clean, and replace filters as needed to ensure full system functionality and operability C.3.1.10 The Contractor shall check and tune hardware issues that may cause exaggerated image ghosting to ensure full system functionality and operability C.3.1.11 The Contractor shall adjust and tune the tracking system for accurate representation in the environment, to ensure full system functionality and operability C.3.1.12 The Contractor shall inspect all associated outputs for proper operation and clean Audio Visual (AV) system inputs connected to system C.3.1.13 The Contractor shall check the Control System for proper operation and adjust control system code as needed to ensure full system functionality and operability C.3.1.14 The Contractor shall ensure that the area around each system is adequate for the system to operate safely. The Contractor shall identify room or safety issues to the system and users, and provide recommendations on how to correct these issues. C.3.2. On Site SSV (BASE - CLIN0001) C.3.2.1 The Contractor shall conduct a full system evaluation and troubleshoot the system to determine what repairs are required C.3.2.2 The Contractor shall performa all necessary repairs and provide a list of replacement parts, if necessary, to ensure full system functionality and operability C.3.2.3 The Contractor shall execute the on site visit within 72 hours of of request from the Government C.3.3. The Contractor shall provide 24-Hour over the phone support (BASE - CLIN0001) C.4 Options C.4.1 OPTION 1 (CLIN0002) - The Contractor shall provide the services defined in section C.3.1 - C.3.3 C.4.2 OPTION 2 (CLIN0003) - The Contractor shall provide the services defined in section C.3.1 - C.3.3 C.4.3 OPTION 3 (CLIN0004) - The Contractor shall provide the services defined in section C.3.1 - C.3.3 C.5. Anti Terrorism / Operational Security (AT/OPSEC) Contractor employees and all associated sub-contractor employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided bythe COR as Government Furnished Information {GFI} at contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable) such as wearing of ID Badges etc. The contractor shall also provide all information locally required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by the COR based on DOD, HQDA and/or local policy. In addition should the Force Protection Condition (FPCON) at any individual facility or installation change, the COR may require changes in contractor security matters or processes. During FPCON Charlie and Delta and other required postures such a Lockdown, Shelter In Place or Evacuation contractor employees will resume work as soon a possible after the FPCON has been lowered or the posture returned to normal operations. This pertains to real situations and exercises. C.6. Distribution Statement A: This Performance Work Statement (PWS) is approved for public release; distribution is unlimited. (vii) Delivery is required by No Later Than (NLT): Not Applicable; Period of Performance (POP) for each phase must be 12 months. Performance will take place at: The US Army Research Laboratory (ARL) Aberdeen Proving Ground (APG) (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A - Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. N/A - Sole Source (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013); 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013); 52.219-28 - Post Award Small Business Program Representation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-26 - Equal Opportunity (March 2007), 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (September 2011); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (November 2011); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.223-7008 - Prohibition of Hexavalent Chromium (June 20130); 252.225-7001 0- Buy American and Balance of Payments Program (November 2014); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (June 2013); 252.246-7006 - Notification of Potential Safety Issues (June 2013); 252.247-7023, Transportation of Supplies by Sea (April 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-7 - System for Award Management (July 2013); 52.204-4 Printed or Copied Double-Sided on Postconsumer; 52.213-2 - Invoices (April 1984), 52.225-25 Prohibition on Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran - Repreesnation and Certifications (December 2012); Clauses Incorporated By Reference (February 1998); 252.204-0001 Line Item Specific: Single Funding (September 2009); 252.211-7003 Item Identification and Valuation (June 2011); 252.232-7006 Wide Area Workflow Payment Instructions (May 2011); 52.246-2 Inspection of Supplies - Fixed Price (August 1996); 52.246-16 - Reesponsiblity for Supplies (April 1984); 52.252-1 Solicitation Provisions Incorporated by Reference (February 1998); 52.243-1 Changes - Fixed Price (August 1987); 52.249-2 Termination for Convenience of the Govenrment (Fixed Price) (April 2012) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: Not Applicable (xv) The following notes apply to this announcement: None (xvi) Responses are due on: 02/11/2015, by 11:59AM Eastern Time, viam email to Ms. DeAnna Sivage, Contract Specialist, deanna.m.sivage.civ@mail.mil; 301-908-5159 (xvii) For information regarding this solicitation, please contact: Ms. DeAnna Sivage, Contract Specialist, deanna.m.sivage.civ@mail.mil; 301-908-5159
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fda92f9481eea3d917305777bcd09166)
- Place of Performance
- Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Zip Code: 20783-1197
- Record
- SN03632286-W 20150205/150203235441-fda92f9481eea3d917305777bcd09166 (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 |