Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

J -- PREVENTATIVE MAINTENANCE & REPAIR SERVICES FOR PERKIN ELMER ANALYTICAL SYSTEMS

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
W91ZLK17-T-0106
 
Archive Date
6/18/2017
 
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-0106. This requirement is being solicited as a Full and Open Competition. The associated North American Industry Classification System (NAICS) Code is 811219. The Small Business Size Standard is $20,500,000.00. 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 Preventative Maintenance & Repair Services of Analytical Systems 1.0 Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to support the Edgewood Chemical Biological Center as defined in this Performance Work Statement (PWS). The services to be conducted by the contractor are to include on-site repairs, preventative maintenance (PM), and instrument service for equipment located at ECBC, Aberdeen Proving Ground - Edgewood Area. 1.1 Background. The ECBC Team is responsible for the equipment necessary to perform analysis and test samples received from all over the world which may pose a chemical and biological threat. In order to support the mission, the laboratory requires all equipment to be fully up to date with the latest software and to be operating in accordance with the original equipment manufacturers specifications without any delay in service in case of equipment malfunctions. Only Perkin Elmer certified service technicians are able to perform the required services without violating equipment warranties. 1.2 Objective. The objective of this contract is to provide yearly full-service preventative maintenance support, unlimited on-site repairs, software upgrades, on-line technical support, and telephone assistance to resolve technical problems. The instrument list is below in this PWS. An essential element of this contract is performing repairs and maintenance on instruments and software manufactured by Perkin Elmer. The contractor must be trained and possess the licenses and certifications to perform the necessary tasks on Perkin Elmer instruments without risk of voiding or invalidating warranties on Perkin Elmer instruments. The contractor shall provide fully integrated service coverage for all modules that make up the analytical system and provide comprehensive support of the complete configuration of the analytical systems. Although some of the required technical support may involve instruments not manufactured by Perkin Elmer Technologies, the Government requires one contractor to perform the repairs and maintenance on the instruments manufactured and warranted by Perkin Elmer as well as the other manufacturers. 2.0 Applicable Documents: 2.1 Manufacturers' Equipment Specifications and Guides. 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 following work: 3.1 Preventative Maintenance and Instrument Service. The contractor shall perform yearly, on-site preventative maintenance and instrument service for all equipment specified in this PWS. The timing will be scheduled by mutual agreement between the Contracting Officers Representative (COR) and the contractor. 3.1.1 The contractor shall perform all maintenance and repairs necessary to keep the units described in the equipment list in original equipment manufacturers (OEM) operating condition, to ensure operation within the manufacturer's standard product specifications, as determined by the Perkin Elmer Technologies service manuals. 3.1.2 The contractor shall provide all necessary maintenance; labor, including travel time; repair parts; maintenance supplies; tools; test equipment; transportation; and documentation to include a log of work performed and results of performance checks. Maintenance services shall be performed in accordance with the OEM's guidelines. 3.1.3 The contractor shall provide Perkin Elmer certified technicians to administer instrument control software upgrades and recommended upgrades, on-line technical support and telephone assistance to resolve technical problems. 3.1.4 The contractor's Field Service Engineer shall report to the Contracting Officer's Representative (COR) before and after service work is accomplished. The contractor shall prepare and maintain complete maintenance records on all equipment under the contract. These records shall be made available for review by the Government during contract performance. A copy of the service report and record of maintenance shall be provided to the COR after the signature is obtained from the technical point of contact on site and the contractor. 3.1.5 The contractor shall not exchange equipment without written consent of the COR. The Contracting Officer shall be notified when this service would affect a change in the equipment under contract. 3.2 Remedial Maintenance. The contractor shall provide unlimited on-site visits for customer support when requested by the COR. The number of repair calls cannot be predicted. The contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. Any parts used to return the system to operational condition are included in the service agreement. If the equipment cannot be repaired successfully, the instrument will be replaced at no additional cost to the contract holder. The contractor shall provide the COR with designated points of contact and make arrangements to enable its maintenance representative to receive such notification. The contractor shall also provide secondary points of contact in the event that the primary point of contact is not available. The COR will notify the contractor when equipment malfunctions and the contractor must respond within two hours to make arrangements for an on-site visit. The initial on-site diagnosis must be made within 24 hours, with a service technician physically present at the equipment. A repair plan, that is satisfactory to the Government, shall be submitted to the COR within 72 hours of the initial diagnosis. Should it become evident that such repair is not feasible within the requirements, the contractor shall immediately notify the COR, prior to the expiration of the designated repair time. 3.3 Antiterrorism/Operations Security Review 3.3.1 Access and General Protection/Security Policy and Procedures. All contractor and subcontractor employees with an area of performance within an Army controlled installation, facility, or area shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information 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 and subcontractor workforce must comply will all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the charges otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at the individual facility or installation change the Government may require changes in contractor security matters or processes. On-Site Workers. The contractor support personnel working on-site shall: 3.3.1.2 Wear a company-provided picture badge. The picture badge shall contain the employee's name, company name, and a badge issue and expiration date. 3.3.1.3 Government escort to facility. To get on post, a valid form of identification is required along with a valid vehicle registration. 3.4 Safety and Health. The contractor shall not be required to inspect, repair or perform maintenance on systems or equipment that are contaminated or perform work under unsafe conditions. 3.5 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided as the basis for assessing the contractor's performance. 4.0 Government Furnished Property. The contractor shall perform maintenance and technical support on equipment provided on-site at ECBC, APG, MD. 5.0 Deliverables. The contractor shall provide repair or replacement of defective parts and components throughout the period of performance to ensure systems and equipment remain operational. The Government requires a Service Report for all repairs or replacements completed during the contract. 6.0 List of Equipment: Location: E 3400 Room 204 Serial Number (M41L0206243) -TURBOMATRIX ATD Serial Number (TD350L1009144) -TURBOMATRIX THERMAL DESORBER Serial Number (86730) - SPECTRUM 100 SPECTROMETER Serial Number (PODL10091641) - UNIVERSAL ATTENUATED TOTAL REFLECTANCE Serial Number (600M02112804)-600 INTERFACE Serial Number (M41L0510071) - TURBOMATRIX 40_Headspace unit Submit bids as shown in instructions, in the following format: CLIN 0001: $_________ Base Year Preventive Maintenance and Repair. Period of Performance (PoP): 06/05/2017 - 06/04/2018. 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, and 2002. CLIN 1001: $_________ Option Year One (1). Preventive Maintenance and Repair. Period of Performance (PoP): 06/05/2018 - 06/04/2019. CLIN 1002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services CLIN 2001: $_________ Option Year Two (2). Preventive Maintenance and Repair. Period of Performance (PoP): 06/05/2019 - 06/04/2020. CLIN 2002: $ 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 - Edgewood Area, 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 15 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 3 June 2017 at 08:00 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/12144637c9d6a6c316681eec44c248ed)
 
Place of Performance
Address: APG-EA, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04497086-W 20170506/170505000207-12144637c9d6a6c316681eec44c248ed (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.