Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2017 FBO #5633
SOLICITATION NOTICE

H -- LAB ISO/IEC 17025 AUDIT AND ACCREDITATION

Notice Date
4/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0086
 
Archive Date
5/23/2017
 
Point of Contact
Sandra J. Kennedy, Phone: 4438614740
 
E-Mail Address
sandra.j.kennedy14.civ@mail.mil
(sandra.j.kennedy14.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The solicitation number for this requirement is W91ZLK-17-T-0086. This requirement is being solicited as a Full and Open Competition. The associated North American Industry Classification System (NAICS) Code is 541990. The Small Business Size Standard is $15,000,000.00. The Government intends to award a Firm-Fixed Price purchase order. This procurement will be evaluated as lowest price technically acceptable and in accordance with the Performance Work Statement shown listed below. Performance Work Statement (PWS) Bi-Annual Quality Audit for Renewing ISO/IEC 17025 Laboratory Accreditation 1.0 Scope: This PWS provides the necessary bi-annual Quality Audit service contract to ensure the Test, Reliability & Evaluation Branch (TREB) Test Facilities can renew their ISO/IEC 17025 laboratory accreditation. The certification audit is on Dimethyl methylphosphonate gas life testing on carbon filters and media, filtration efficiency using poly-alphaolephin aerosol particles on particulate filters and media and perform rough handling on gas and particulate filters and the following physical and environmental tests on various material samples such as woven and knitted fabrics, non-woven and coated fabrics, plastic films, rubber sheeting, leather, and paper. This PWS provides the Government a second and fourth year to renew the 17025 laboratory accreditation without an audit as option years. 1.1 Background: TREB has maintained ISO/IEC 17025 laboratory certification/accreditation for more than 10 years. TREB must maintain this certification to keep pace with increasing test technology and maintain the highest Quality test procedures for our core test areas. 2.0 Applicable Documents: N/A 2.1 Department of Defense Specifications: 2.2 Department of Defense Standards: Test Test Method Mechanical Strength and Elongation of Woven Cloth FED-STD-191, Method 5100 HEPA Media Tensile Strength and Elongation ASME-AG-1; FC-I-4221 HEPA Media Tensile Strength after Heated Air ASME-AG-1; FC-I-4222 HEPA Media Wet Tensile Strength ASME-AG-1; FC-I-4223 HEPA Media Tensile Strength after Gamma Irradiation HEPA Media Water Repellency Prior to and After Gamma Irradiation ASME-AG-1; FC-I-4224 (except Irradiation Exposure)1 ASME-AG-1; FC-I-4230 HEPA Media Thickness ASME-AG-1; FC-I-4240 HEPA Combustible Material ASME-AG-1; FC-I-4250 Carbon Filter Testing Rough Handling, DMMP Gas Life and Airflow Resistance Filter, Gas, M98 MIL-PRF-51525, MIL-PRF-51527; SB740-94-6 Filter, Gas, Type I & II IEST-RP-CC008, Annex A Filter Canister, Hermetically Sealed EA-F-1326; SB740-94-6 Filter, Gas-Particulate: M48A1 EA-F-1284; MIL-PRF-32137; SB740-94-6 Filter Canister, Gas-Particulate: C2A1 MIL-PRF-51560, Sections 3.6.8 and 4.3.6.11 Filter, Gas, M18A1 MIL-PRF-51193; SB740-94-6 Filter, Gas, M12A2 MIL-PRF 14512; SB740-94-6 Filter, Gas, M49 MIL-PRF-EA-F-1705; SB740-94-6 Filter, Gas, M61 MIL-PRF-EA-C-2251; SB740-94-5 Filter, RFU Element EA-DTL-1601; SB740-94-4 Test Test Method Filter, RFU Media QAP 5-19-11422 Filter, Gas, 150 CFM, M23A1 MIL-DTL-51222 Filter, General Purpose, M53 PRF EA-M-10006 Environmental Exposure High / Low Temperature Test on Cloth FED-STD-191, Methods 5872 and 5874 HEPA Filter Testing Rough Handling, Aerosol Penetration and Airflow Resistance Filter, Gas-Particulate: M48A1 EA-DTL-1284, EA-F-1284; MIL-PRF-32137; SB740-94-6 Filter, Particulate: M98 MIL-PRF-51526; SB740-94-6 Filter, Gas-Particulate: M98 SET MIL-PRF-51527; SB740-94-6 Filter Canister, Hermetically Sealed: HSFC EA-F-1326; SB740-94-6 Filter Canister, Gas-Particulate: C2A1 MIL-PRF-51560, Sections 3.6.3/4 and 4.3.6.6/7; SB740-94-5 HEPA Filter Resistance to Airflow ASME-AG-1; FC-5110/FK-5110 HEPA Filter Test Aerosol Penetration ASME-AG-1; FC-5120/FK-5120 HEPA Filter Resistance to Rough Handling ASME-AG-1; FC-5130/FK-5130 HEPA Filter Resistance to Pressure ASME-AG-1; FC-5140/FK5140 Filter, Particulate, 12 CFM, M13 MIL-DTL-52011; SB740-94-6 Filter, Particulate, 20 CFM, M19 MIL-DTL-51194; SB740-94-6 1The conditioning step Irradiation Exposure is performed by a subcontractor and is not included as part of the laboratory's accreditation. 2.3 Industry Documents: ISO 17025:2005, TREB's Test Facilities are accredited to the ISO 17025:2005 standard that specifies requirements for the competence of testing and calibration laboratories by The American Association of Laboratory Accreditation (A2LA). ISO/IEC 17025:2005 is the most widely used laboratory standard for testing laboratories and is internationally recognized and accepted world-wide. It contains all of the requirements that testing laboratories must meet if they wish to demonstrate that they operate a Quality Management System, are technically competent, and are able to generate technically valid results. 3.0 Requirements: Contractor shall conduct a Quality Audit of the TREB Test Facilities and Laboratory Facilities, after all deficiencies are addressed or corrected will result in the TREB facilities conforming to and receiving ISO/IEC 17025 laboratory accreditation. With this essential ISO/IEC 17025 laboratory accreditation TREB can maintain and expand our testing and laboratory testing capability and customer base. Without ISO/IEC 17025 laboratory accreditation, TREB's testing capabilities would be crippled. All of TREB's customers require ISO/IEC 17025 accreditation, without this certification TREB cannot keep pace with testing competitors. 3.1 General: Not Applicable. 3.2 Detail Tasks: See paragraph 3.0 above. 3.2.1 Systems Engineering: Not Applicable. Submit bids as shown in instructions, in the following format : CLIN 0001: $_________ Base Year This CLIN will cover the first year audit and accreditation annual fee. Period of Performance (PoP): 05/11/2017 - 05/10/2018. CLIN 0002: $ Not separately priced - Contractor Manpower Reporting Application Accounting for Contract Services Cost for Providing Accounting for Contract Services - APG 5152.237-490, 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. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. This applies to CLINs 0002, 1002, 2002 and 3002. CLIN 1001: $_________ Option Year One (1) Accreditation fee only Period of performance (PoP): 05/11/2018 - 05/10/2019, if exercised. CLIN 1002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services CLIN 2001: $_________ Option Year Two (2) This CLIN will cover the required audit and accreditation annual fee a required.. The Period of performance (PoP): 05/11/2019 - 05/10/2020, if exercised. CLIN 2002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services CLIN 3001: $_________ Option Year Three (3) Accreditation fee only Period of performance (PoP): 05/11/2020- 05/10/2021, if exercised. CLIN 3002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services INSTRUCTIONS to OFFERORS: Acceptance shall be at destination. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens. PROVIDE THE GOVERNMENT DETAILED INFORMATION ON THE FOLLOWING: a. Point of contact name and contact information, CAGE code, DUNS number, and TIN b. Contractor quotes must specifically address each CLIN listed in accordance with the Performance Work Statement. ****Partial quotes will not be evaluated by the Government. Failure to provide POC, CAGE code, DUNS number and TIN will result in quote/bid not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 252.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES : All questions must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 1 May 2017 at 10:00 A.M. Eastern Time. All Quotations must be signed, dated, and submitted via email to sandra.j.kennedy14.civ@mail.mil by 8 May 2017 at 10:00 A.M. Eastern Time. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to bid submission will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Sandra J. Kennedy, via email at sandra.j.kennedy14.civ@mail.mil TELEPHONE REQUESTS WILL NOT BE HONORED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cd92a1301bda1c8d17cd7fd614009f5b)
 
Place of Performance
Address: Aberdeen Proving Ground, Edgewood Area., Gunpowder, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04483339-W 20170426/170424235150-cd92a1301bda1c8d17cd7fd614009f5b (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.