Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

J -- Services for DH Instruments Deadweight Calibrator

Notice Date
7/20/2017
 
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
PR0011005839
 
Archive Date
8/22/2017
 
Point of Contact
Amy DuBree, Phone: 4438614743
 
E-Mail Address
amy.c.dubree2.civ@mail.mil
(amy.c.dubree2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION PR0011005839 MAINTENANCE AND CALIBRATION OF DH INSTRUMENTS DEADWEIGHT CALIBRATOR This 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) 05-95. The solicitation number for this request for proposal (RFP) is PR0011005839. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard $20.5M. The Government contemplates award of a Firm-Fixed Priced contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services. The objective of this contract is to provide servicing of DH Instruments Deadweight Calibrator to include ISO 17025 Accredited Calibration and provide such maintenance as may be required to insure continued operation. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Calibration and Maintenance DH Instruments PR0011005839 PRICE Proposal Volume II: Calibration and Maintenance DH Instruments PR0011005839 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: PR0011005839 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. ATTACHMENT 1 must be completed and provided as part of the Price Proposal. INCLUDE ALL Information Below: BASE YEAR Item 0001: The Contractor shall provide DH Instruments calibration for BRAND MODEL SERIAL NUMBER DHI P-C 100psi/kg 2482 DHI P-C 1MPa/kg 2457 DHI 45000 MULIT 3368 In accordance with the Statement of Work QTY: 1 Unit Cost: JOB FFP Item 0002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced Cost for Providing Accounting for Contract Services - APG 5152.237-4900, 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 "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil <https://cmra.army.mil>. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Price Restraint: NSP OPTION YEAR ONE Item 1001: The Contractor shall provide DH Instruments calibration for BRAND MODEL SERIAL NUMBER DHI P-C 100psi/kg 2482 DHI P-C 1MPa/kg 2457 DHI 45000 MULIT 3368 In accordance with the Statement of Work Item 1002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced Cost for Providing Accounting for Contract Services - APG 5152.237-4900, 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 "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil <https://cmra.army.mil>. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Price Restraint: NSP OPTION YEAR TWO Item 2001: The Contractor shall provide DH Instruments calibration for BRAND MODEL SERIAL NUMBER DHI P-C 100psi/kg 2482 DHI P-C 1MPa/kg 2457 DHI 45000 MULIT 3368 In accordance with the Statement of Work Item 2002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced Cost for Providing Accounting for Contract Services - APG 5152.237-4900, 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 "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil <https://cmra.army.mil>. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Price Restraint: NSP Volume II: Detail Technical Proposal to include the following elements: 1. Provide proof of ISO 17025 Accreditation. 2. Demonstrate the ability to provide maintenance and calibration service according to the PWS. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. 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. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. All questions must be submitted via email to amy.c.dubree2.civ@mail.mil by 1 August 2017, 10:00 a.m. EST. SUBJECT LINE: PR0011005839 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 7 August 2017, 3:00 p.m. EST via email to amy.c.dubree2.civ@mail.mil NO TELEPHONE INQUIRIES WILL BE HONORED.   PERFORMANCE WORK STATEMENT DH INSTRUMENTS DEADWEIGHT CALIBRATOR C.1 GENERAL C.1.1 SCOPE. This is non-personal services contract to provide servicing of DH Instruments Deadweight Calibrator. The Government shall not exercise any supervision or control over the contract service provider performing services herein. C.1.2 BACKGROUND. Aberdeen Test Center (ATC) is a multi-purpose test center with diverse test capabilities and facilities. The unique combination of ATC's experienced personnel, state-of-the-art facilities, instrumentation, equipment, automotive courses, firing ranges, and industrial fabrication/repair capabilities provide a comprehensive facility available for testing a wide variety of military items, both domestic and foreign, as well as commercial items. Testing is conducted on full systems, as well as system components and includes such items as: combat and general purpose vehicles, automotive technologies, weapons and munitions, general support equipment, individual equipment, generators, night vision devices, bridges, sensors, communication systems and robotics. ATC also conducts vulnerability/survivability tests, flammability testing, and crash worthiness testing. ATC conducts and/or supports tests at other locations throughout the world with extensive mobile instrumentation and experienced. One facet of this work is the collection of chamber pressure from military firing systems, from small bore firearms through large caliber direct fire systems generating chamber pressures in the range of 100,000 psi. This contract will provide a once-per-year service and calibration on a DH Instruments deadweight calibrator utilized by ATC for calibration of chamber pressure gages used in support of this testing. C.1.3 PERIOD OF PERFORMANCE. The period of performance shall be one base year plus two option years from time of award. C.1.4 PLACE OF PERFORMANCE. Performance will take place at ATC, Aberdeen Proving Ground (APG), Maryland. C.1.5 TYPE OF CONTRACT. This will be a Firm Fixed Price (FFP) contract. C.1.6 HOURS OF NORMAL OPERATIONS. ATC is currently operating under an alternative work schedule. Currently, normal hours of operation are 0700 - 1630 (including a 30-minute meal period) Monday through Thursday. Friday is 0700 - 1530 (including a 30-minute meal period), with alternating Fridays being closed. C.1.7 PERSONNEL C.1.7.1 Hazardous Conditions. Not Applicable. C.1.7.2 Identification of Contractor Personnel. The contractor shall provide a 2" x 1" nametag (black lettering with white background) with the company name and the word Contractor below it. The contractor shall ensure personnel prominently display their nametags at all times while in a work. C.1.7.3 Personal Protective Equipment (PPE). 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. Failure to wear/use PPE may cause removal from the job site and/or seizure of noncompliant equipment/items. C.1.8 SAFETY. Contractor employees shall comply with all applicable DOD, APG, and ATC Safety regulations. C.1.9 SECURITY C.1.9.1 Access into Restricted Areas: Work to be performed is inside a restricted security area. Access to this area requires either (a) the escort of a US Citizen who will be performing the service, or (b) the person performing the service to meet requirements for unescorted access. C.1.9.2 Unescorted Access into Restricted Areas: Unescorted access into the APG restricted areas shall be granted to contractor personnel who possess a current security clearance issued by the Defense Industrial Security Clearance Office (DISCO) or who were the subject of a favorably completed National Agency Check (NAC) or National Criminal Information Check (NCIC). Unescorted access shall be authorized provided no more than 24 months have lapsed since the date of the termination of the security clearance or break of service and there is no known adverse information. The contractor is responsible for providing individuals eligible for unescorted access to service equipment. Since the work to be performed is inside a secure area and all non-US persons are escorted, no foreign nationals (non-US citizens) will be used in this contract. C.1.9.3 NCIC Requests: The contractor shall have completed a SSB Form 1199, Application for Civilian ID Card/Security Badge, and FD 258, Application Finger Print Card, for each employee requiring unescorted access who does not meet one of the requirements above. Upon contract award, the contractor shall obtain required forms from the COR and return the completed forms to the COR within 10 working days. Until a favorable NCIC is completed, contractor personnel shall be continually escorted into, out of, and within the restricted areas by other contractor personnel who possess a photographic security identification badge. Processing time for the NCIC is approximately 30-45 days. The contractor shall advise employees that the NCIC shall be used to review criminal history records and that adverse information may result in an employee being denied access into the restricted areas. The contractor shall be responsible for delays in the performance under this contract caused by the disqualification of employees for unescorted access security badges. C.1.9.4 Security Badges: Security badges will only be issued to contractor personnel in accordance with APGR 190-4. Security badges shall be approved and issued by ATC Security personnel to contractor personnel upon written request from the COR and after the investigation or security clearance has been verified. Contractor personnel shall wear the security badge above the waist at all times while in the restricted (security) areas of APG. Contractor personnel shall only display the security badge while inside the security area and ensure that it is out of sight once they exit the security area. The badge WILL NOT be used as identification to gain access to the installation or for identification off the installation. The contractor is responsible for ensuring compliance by contractor personnel. C.2 REQUIREMENTS The vendor shall provide an ISO 17025 Accredited Calibration and provide such maintenance as may be required to insure continued operation. Calibrations shall be NIST-traceable, with calibration documentation provided. Subject equipment is identified as: BRAND MODEL SERIAL NUMBER DH Instruments P-C 100psi/kg 2482 DH Instruments P-C 1MPa/kg 2457 DH Instruments 45000 MULIT 3368 C.3 CONTRACTING OFFICER REPRESENTATIVE (COR) The designated COR for this requirement is: TBD C.4 TECHNICAL POINT OF CONTACT (TPOC) The designated TPOC for this requirement is: TBD C.5 QUALITY ASSURANCE SURVEILLANCE PROGRAM (QASP) The prior contract for performance of this service, W91ZLK-14-P-0217, utilized a Waiver of QASP citing contract award via simplified acquisition procedures. Given the nature of the contract and services to be performed, a Waiver of QASP is presumed unless otherwise advised by the Contracting Officer. C.6 NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this purchase 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 purchase 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.7 CONTRACTOR MANPOWER REPORTING (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9217e245d7a4276a3c7ba58f4bb8f0db)
 
Place of Performance
Address: Aberdeen Test Center, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04588270-W 20170722/170720235113-9217e245d7a4276a3c7ba58f4bb8f0db (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  © 1994-2020, Loren Data Corp.