Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

J -- Maintenance Agreement, Waters liquid chromatography instrumentation

Notice Date
5/16/2017
 
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-0109
 
Archive Date
6/28/2017
 
Point of Contact
Sandra J. Kennedy, Phone: 443-861-4740
 
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-0109. The associated North American Industry Classification System (NAICS) Code is 811219, and the Small Business Size Standard is $20.5 million. The Government intends to award a Firm Fixed Price purchase order. This procurement will be evaluated as lowest price technically acceptable in accordance with the statement of work listed below. PERFORMANCE WORK STATEMENT M&R contract for Waters UPLC Hardware C.1 GENERAL. The objective of this contract is to provide full service maintenance support including annual preventive maintenance, unlimited on-site repairs (corrective maintenance), and unlimited online and telephone support to resolve technical problems for the Waters Acquity UPLC equipment listed in C.3 C.1.1 SCOPE. This is a non-personal services contract to provide all preventive and corrective maintenance necessary to maintain properly running Waters Acquity UPLC (equipment list may be found in C.3). This contract covers all necessary repairs, parts, and travel expenses incurred to ensure equipment functionality. The Government shall not exercise any supervision or control over the contract service provider performing services herein. C.1.2 BACKGROUND. The Waters Acquity UPLC has been utilized in the Chemical Sampling and Analysis Branch within the Warfigher Directorate of Aberdeen Test Center (ATC) for 4 years. This instrumentation is used to support ultra high performance liquid chromatography (UPLC) analysis in support of all Live Fire testing programs at ATC and can be used for other chromatographic analysis as necessary. C.1.3 PERIOD OF PERFORMANCE (POP). The POP shall be from June 24, 2017 to June 23, 2018 with two option years. Any changes shall only be approved by the contracting officer. C.1.4 CONTRACT TYPE. This will be Firm Fixed Price (FFP) contract. C.1.5 PLACE OF PERFORMANCE. Work shall be performed at the contractor's facility (telephone support) and/or the U.S. Army ATC, Aberdeen Proving Ground, MD (all preventive and corrective maintenance). 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 COR or TPOC. C.1.7 PERSONNEL. The contractor shall accomplish the assigned work by employing certified Waters service representatives with training and experience on the Waters Acquity-H UPLC and Waters Empower Software. The contractor shall provide proof of competency of service personnel to include formal certificates of training, upon request. C.1.8 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.1.8.1 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.1.9 SECURITY. C.1.9.1 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) without approval by ATC Security. 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. Photography and recording devices of any kind is prohibited and will be strictly enforced. C.1.9.2 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.1.9.3 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.1.9.4 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 government Point of Contact (POC) to escort the contractor in the RA. C.1.9.5 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.2 APPLICABLE DOCUMENTS AND AVAILABILITY. C.2.1 APPLICABLE DOCUMENTS. None 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. C.3 REQUIREMENTS. The cost of the contract shall cover the following at no additional charge: a) One preventive maintenance (PM) visit per contract year for all equipment listed below. Detailed PM reports shall be provided for each PM visit. b) All required corrective maintenance visits to keep the equipment listed below functioning properly and according to specifications. Detailed service reports shall be provided for each visit. c) All work shall be accomplished by certified Waters service representatives with training and experience on the Waters Acquity-H UPLC and Waters Empower Software. The contractor shall provide proof of competency of service personnel to include formal certificates of training from Waters, upon request. d) Response time for on-site corrective maintenance repairs should be no later than 5 working days after initial contact by the government. e) If equipment is removed from its original location to render service or if the equipment cannot be rendered serviceable within 15 working days of the initial repair visit, loaner equipment of the same or updated model type shall be provided for use. f) All parts required to keep the instrumentation properly functioning and within manufacturers specifications. Only new Original Equipment Manufacturer (OEM) parts shall be used for repairs. Rebuilt parts and third party parts will not be accepted. g) All associated labor, per diem, mileage, and other travel related expenses incurred by the service representations. e) List of Equipment covered under this contract: ACQUITY UPLC SAMPLE MGR Model: UPSMFTN SN: C12SDI771G ACQUITY UPLC PDA DETECTOR Model: UPPDATC SN: C12UPD979A ACQUITY UPLC QUAT SOL MGR Model: UPQSM SN: D12QSM990A C.4 DELIVERABLES AND DELIVERY SCHEDULE: Detailed service reports for each visit shall be provided within 3 business days of preventive or corrective repair visits. C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES None C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide all facilities, equipment, automation systems, materials and services required for satisfaction of the contract terms. C.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Attached as a separate document. C.8 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AND TECHNICAL POINT OF CONTACT (TPOC): COR: TBD C.9 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.10 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 on the right side of the login page of the Contractor Manpower Reporting website. 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 or as shown in the performance work statement. 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 certified Waters training and experience on the Waters Acquity-H UPLC and Waters Empower Software required at bid submission. Partial quotes will not be evaluated by the Government. Contractors failing to provide training and experience proof will not be considered. 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. Submit bids in the following format: CLIN 0001: $_________ Base Year Maintenance Agreement This CLIN will cover the maintenance, repair, and support of all aspects of the Performance Work Statement. 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) Maintenance Agreement CLIN 1002: $ not separately priced _ Contractor Manpower Reporting Application CLIN 2001: $_________ Option Year Two (2) Maintenance Agreement CLIN 2002: $ not separately priced _ Contractor Manpower Reporting Application 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 30 May 2017 at 10:00 AM Eastern Time. All Quotations must be signed, dated, and submitted per above instructions and in format specified via email to sandra.j.kennedy14.civ@mail.mil by 13 June 2017 at 10:00 AM 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 award 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/baa4bb8a007dd93eb3f1f3edf1e3dacb)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04509862-W 20170518/170516234205-baa4bb8a007dd93eb3f1f3edf1e3dacb (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.