Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

J -- Calibration & Maintenance Services for Non-destructive Test Equipment

Notice Date
5/8/2017
 
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
W91ZLK-17-T-0085
 
Archive Date
6/3/2017
 
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
Total Small Business
 
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-0085. This requirement is being solicited as a 100% small business set aside. The associated North American Industry Classification System (NAICS) Code is 811219, Commercial and Industrial Machinery repair and Maintenance Service, and 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 Nondestructive Test Equipment Calibration & Maintenance Services C.1 GENERAL. C.1.1 SCOPE. This is a non-personal services contract to provide semiannual nondestructive test equipment calibration and maintenance. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. C.1.2 BACKGROUND. The Aberdeen Test Center (ATC) Nondestructive Test branch provides test inspections on U.S. Army test programs that determine the integrity, functionality, and most importantly, the safety of test assets. These tasks require equipment maintenance and semiannual calibration to maintain proper tolerances, results, and adhere to American Society for Nondestructive Testing (ASNT) and National Aerospace Standard 410 (NAS-410) requirements. C.1.3 PERIOD OF PERFORMANCE (POP). The contract shall have a 1-year base year plus two 1-year option years. Any changes shall only be approved by the contracting officer. C.1.4 CONTRACT TYPE. This will be a Firm Fixed Price (FFP) contract. C.1.5 PLACE OF PERFORMANCE. Work shall be performed at the U.S. Army ATC, Aberdeen Proving Grounds, MD. C.1.6 WORK SCHEDULE. C.1.6.1 ATC is currently operating under an alternative work schedule. When contract performance takes place at ATC, the contractor shall perform within the hours of the government alternative work schedule. The work schedule is 8 workdays of 9 hours each, 1 workday of 8 hours, and every other Friday known as the Regular-Day-Off (RDO) as shown below. All workdays commence at 0700. M T W T F Week 1 9hrs 9hrs 9hrs 9hrs 8hrs Week 2 9hrs 9hrs 9hrs 9hrs 0hrs C.1.6.2 When contract performance takes place at ATC, work shall be performed during normal business hours. Work shall not be scheduled during the following Federal Holidays: New Year's Day, M.L. King Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. C.1.6.3 When contract performance takes place at ATC, all work shall be coordinated in advance with the Government Contracting Officers Representative (COR). C.1.7 SAFETY. The contractor shall provide all safety equipment required for contractor personnel operating in an industrial area in accordance with OSHA standards and ATC regulations and procedures. Contractor personnel shall have personal protective equipment in their possession at all times while performing modification services and shall utilize this equipment in accordance with OSHA standards, ATC regulations, and as conditions warrant. This shall include, but is not limited to safety shoes, hard hats, eye protection, hearing protection, work gloves and personal fall arrest systems. The Contractor shall abide by all ATC Safety Policies at no additional cost to the government. C.1.7.1 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.2 APPLICABLE DOCUMENTS AND AVAILABILITY. C.2.1 APPLICABLE DOCUMENTS. a. All applicable Occupational Safety and Health Administration (OSHA) regulations b. All applicable ATC Safety Regulations and Standard Operating Procedures (SOP) C.2.2 AVAILABILITY OF DOCUMENTS. The government will be responsible for providing the contractor all ATC and/or Department of the Army SOPs or regulations. The contractor shall be responsible for having access to OSHA regulations. C.3 REQUIREMENTS. The contractor shall provide calibration and maintenance every six months for the nondestructive equipment IAW the ASNT and NAS-410 requirements. Model Nomenclature US‐454 Eddy Current Instrument US‐454 Eddy Current Instrument US‐454 Eddy Current Instrument US‐454 Eddy Current Instrument US‐454 Eddy Current Instrument Page 3 of 6 US‐454 Eddy Current Instrument Phasec 2200 Eddy Current Instrument Phasec 2200 Eddy Current Instrument 5kA FWDC Mag Wet Bench 5kA FWDC Mag Wet Bench 3kA HWDC Mag Wet Bench 3kA FWDC Mag Wet Bench 10kA FWDC Mag Wet Bench Power Pack P‐90 Power Pack P‐90 Power Pack P‐1000 Power Pack M‐530 Gauss Meter Gauss Meter Gauss Meter Demag Demag machine Demag Demag machine 10‐0‐10 Magnetometer 10‐0‐10 Magnetometer 10‐0‐10 Magnetometer 10‐0‐10 Magnetometer 10‐0‐10 Magnetometer 10kA FW/HW Shunt Meter 10kA FW/HW Shunt Meter Y‐1 Yoke Y‐1 Yoke Y‐7 Yoke Y‐7 Yoke XS555‐L Light meter XS555‐I Light meter XR‐1000 Light meter XR‐1000 Light meter XR‐1000 UVA/Vis sensor XR‐1000 UVA/Vis sensor DSE‐100X Radiometer DSE‐100X Radiometer DM‐365X Radiometer DLM‐1000 White light sensor DLM‐1000 White light sensor DLM‐1000 UV sensor DLM‐1000 UV sensor DLM‐1000 Radiometer DLM‐1000 Radiometer DIX‐555A Visible sensor DIX‐555A Visible sensor DIX‐365 UVA sensor DIX‐365 UVA sensor D‐3030 Thermometer 0‐200psi Pressure gauge 0‐200psi Pressure gauge 0‐200psi Pressure gauge 0‐200psi Pressure gauge 0‐160 F Temperature gauge 0‐160 F Temperature gauge 0‐160 F Temperature gauge 0‐160 F Temperature gauge Vis Light meter QFT‐100 UT instrument QFT‐100 UT instrument The contractor shall be a recognized Magnaflux® authorized service center. The magnetic particle units shall be calibrated per American Society for Testing and Materials E1444-11 (ASTM E1444-11) requirements and the Magnaflux® specifications using National Institute of Standards and Technology (NIST) traceable standards. Calibration of the Magnaflux® magnetic particle units shall include at a minimum:  Ammeter accuracy of any/all ammeters used on units.  Timer accuracy.  Quick break check. The contractor shall provide preventive/corrective maintenance on all magnetic particle inspection units at the time of calibration. The contractor shall be Magnaflux® trained to service all ATC magnetic particle machines and any/all associated equipment. Preventive maintenance shall include at a minimum:  Headstock, tailstock and coil mechanical operation.  Short circuit test between the headstock and tailstock.  Quick break function test (only on 3 phase FWDC and HWDC machines).  Pump and fluid hose circulation, bath level, and bath concentration.  Inspection of bath tank for foreign material.  Pneumatic operation of the headstock (includes headstock, footswitch and air solenoid valve).  Function of cooling fans inside the unit.  Electrical checkout of all operating relays, timers and contactors.  Checking physical condition of contactors.  Physical inspection of all electrical wiring and cables.  Operational check of all switches and controls associated with the unit.  Any item found during the inspection is documented and corrected (if possible) during the calibration visit. Eddy Current inspection units shall be calibrated to ASNT requirements and the manufacturer's specifications using National Institute of Standards and Technology (NIST) traceable standards. The frequency response over the entire range of the instrument and proper wave form will be verified. Dye Penetrant inspection units shall be calibrated to ASNT requirements using National Institute of Standards and Technology (NIST) traceable standards. Ultrasonic Test inspection units shall be calibrated to ASNT requirements using National Institute of Standards and Technology (NIST) traceable standards. The contractor performing the calibration and preventative maintenance services shall discuss all findings and results with the COR before leaving the work site. C.3.1 DELIVERABLES: The contractor shall provide a certificate of calibration for each calibrated item within 5 business days of the visit. C.3.2 Vendor must submit invoices through Wide Area Workflow (WAWF). Contractor shall send e-mail notifications to the COR and TPOC when submitting invoices in WAWF. C.4 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AND TECHNICAL POINT OF CONTACT (TPOC): COR: TBD C.5 SECURITY. C.5.1 Usage of Privately Owned Personal Electronic Devices (PEDs) Within the Restricted Area (RA). Contractors are not authorized to bring any personally owned electronic devices into the Restricted Area (RA). A privately owned personal electronic device (PED) is defined as a civilian multifunction cell phone, Smartphone, personal digital assistant, tablet, blackberry, personal wireless fitness devices (PWFD), digital inventory devices and electronic recording/storage devices. C.5.2 Reports of Adverse Information. The ATC Security Manager may deny a contractor access into APG restricted areas based upon adverse information that is discovered on that individual. C.5.3 Installation Access. All contractor personnel will comply with the requirements of APG Regulation 190-4, Movement Control Within the Installation, for entry, exit and internal control of personnel, material and vehicles on APG. To gain access to APG, the contractor will provide a valid driver's license and a valid vehicle registration. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property in accordance with Army Regulation 190-13, The Army Physical Security Program. C.5.4 Access into the Restricted Area (RA). All access into the Restricted Area (RA) under this contract will be by escort only. Contractor personnel requiring access shall report to ATC Visitor Control, building 324, for visitor registration and badging. Visitor Control personnel will contact the COR to escort the contractor. C.5.5 Foreign Nationals/Immigrant Aliens. Foreign nationals/immigrant aliens cannot be granted access to the Restricted Area and shall not be scheduled to perform work under this contract. C.6 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, Contractor Manpower Reporting Application (CMRA), for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via CMRA. The contractor is required to completely fill in all required data fields using the following web address: https://cmra.army.mil Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon. Please submit bids in the following format: CLIN 0001: $_________ Calibration and Preventive Maintenance This CLIN will cover the calibration and maintenance as per the Performance Work Statement. Period of Performance (PoP) will be for one year from date of award or as stated within the purchase order. 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) Calibration and Preventive Maintenance This CLIN will cover the calibration and maintenance as per the Performance Work Statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 0001 has expired, if exercised. CLIN 1002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services CLIN 2001: $_________ Option Year Two (2) Calibration and Preventive Maintenance This CLIN will cover the calibration and maintenance as per the Performance Work Statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 1001 has expired, if exercised. CLIN 2002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services INSTRUCTIONS to OFFERORS: Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, MD, 21005. 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. c. Proof of recognized Magnaflux® authorized service center. Partial quotes will 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, by those interested in bidding, must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 11 May 2017 at 12:00 p.m. Eastern Time. Questions by those other than prospective bidders will not be honored. All Quotations must be signed, dated, and submitted via email to sandra.j.kennedy14.civ@mail.mil by 19 May 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. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b8b9a8f8a9fb078f75a467c9e73efb5)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04499940-W 20170510/170508234832-6b8b9a8f8a9fb078f75a467c9e73efb5 (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.