SOLICITATION NOTICE
J -- Repair services to NovaNanoSEM600 and Nova600i Microscope Systems - A02 - Provisions and Clauses Full-Text Attachment
- Notice Date
- 7/25/2017
- 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 (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0216
- Point of Contact
- Jessica R. Camunez, Phone: 5756788283, Steven Herr,
- E-Mail Address
-
jessica.r.camunez.civ@mail.mil, Steven.C.Herr2.ctr@mail.mil
(jessica.r.camunez.civ@mail.mil, Steven.C.Herr2.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- A02 - Provisions and Clauses Full-Text Attachment (i) 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; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b) (1)(i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to is, FEI Company 5350 NE Dawson Creek Drive Hillsboro, OR 97124. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-17-T-0216. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (iv) The associated NAICS code is 811219. The small business size standard is $20.5 Million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Nova600i Repairs CLIN 0002 NovaNano SEM600 Repairs (vi) Description of requirements: Performance Work Statement (PWS) Pre Maintenance Inspection, Repairs, for FEI Nova NanoSEM600 Scanning Electron Microscope and FEI Nova NanoLab600 Dual Beam Focused Ion Beam Microscope 25 - MAY 2017 C.1 Background In support of its mission and customer programs, the Weapons and Materials Research Directorate (WMRD) of the U.S. Army Research Laboratory (ARL) relies upon two (2) electron microscope instruments manufactured by the FEI Company, (1) NanoSEM600 scanning electron microscope (SEM) and (2) NanoLab600 Dual Beam Focused Ion Beam (FIB) microscope. These are highly complex instruments whose hardware and software require periodic and routine maintenance, as well as emergency repair, in order to remain fully operational and meet the original performance specifications as defined in their original procurement documents. The current service contracts have lapsed and operational/performance issues have been plaguing both of these instruments. The requirement is to get both of these instruments back on service contracts and to prevent lapses from occurring in the near future. In order to put them back on service contracts, the following is required: CLIN 0001 pre-maintenance inspection of the instruments to determine if their operational/performance states meets the minimum requirements to qualify for service contract coverage, CLIN 0003 and 0004 repairs necessary to increase the operational performance states to meet the minimum requirements to qualify for supplemental instrument service contract coverage, C.2 Objective The objective is to put both of these instruments back on service contracts and to prevent lapses from occurring in the near future. To achieve the objective(s), the following are required: (1) pre-contract inspection of the instruments to determine if their operational/performance states meets the minimum requirements to qualify for service contract coverage, (2) any repairs necessary to increase the operational/performance states to meet the minimum requirements for service contract coverage, C.3 Requirement CLIN 0001 Inspection C.3.1 The contractor shall determine the operational and, if possible, the performance states of both instruments and provide a written assessment indicating whether the instruments passed inspection and/or highlighting all necessary repairs required to pass inspection. C.3.2 In relation to the written assessment, the contractor shall provide a list of necessary repairs covering all efforts costs including but not limited to hardware, software, labor, travel, and shipping and estimated costs for each. C.3.3 The contractor shall provide a detailed estimate of the required labor and/or parts for repairs not covered under the preventative maintenance plan that are required to bring the instruments into full operational state to meet the minimum requirements for service contract coverage. C.3.4 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform repair for the Nova 600i and NovaNano SEM 600 to their fully operational state and eligible for FEI annual service maintenance contract. C.3.5 The contractor shall provide trained field service engineers for all service on FEI Company products, or through FEI Company-trained third-party representative. C.3.6 Perform inspection of FTIR and demonstrate the full functionality of the system, to the TPOC, ensuring the instrument functions properly and is returned to the OEM's specifications C.3.7 If, after system diagnosis, it is determined that additional repairs beyond the scope and the Contractor's priced quote are required, the Contractor shall notify the TPOC and Contracting Officer. Additional repairs beyond this PWS shall be approved by the Contracting Officer prior to commencement. CLIN 0003 The Contractor shall repair the Nova 600i IAW with C.3.4-C.3.7 CLIN 0004 The Contractor shall repair the NovaNano SEM 600 IAW with C.3.4- C.3.7 C.4. Service Hours The Contractor shall provide the services outlined above from Monday through Friday, 8:00 AM until 5:00 PM local time, excluding all national, religious or other special holidays observed by the Contractor. The contractor shall adhere to U.S. Army Aberdeen Proving Ground and U.S. Army Research Laboratory facilities access requirements. C.5 Travel The Contractor shall perform the repair work on site at the Army Research Laboratory (ARL) located in Aberdeen Proving Ground, MD. The Contractor shall ensure that all travel is performed and invoiced in accordance with the Joint Travel Regulations (JTR). C.6 AT/OPSEC C.6.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall 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 workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.6.2 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. (vii) Delivery is required by August 4, 2017. Delivery shall be made to Aberdeen Proving Ground, MD. Acceptance shall be performed at Aberdeen Proving Ground, MD. The FOB point is Aberdeen Proving Ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: None. See intent to Sole Source above. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 7/31/2017, by 10:00 AM EST to jessica.r.camunez.civ@mail.mil and steven.c.herr2.ctr@mail.mil (xvii) For information regarding this solicitation, please contact jessica.r.camunez.civ@mail.mil and steven.c.herr2.ctr@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9c9e1eea2d91d07c648bc14cce64843c)
- Place of Performance
- Address: U.S. Army Research Laboratory, 434 Mulberry Point, Aberdeen Proving Ground, Maryland, 211005, United States
- Zip Code: 11005
- Zip Code: 11005
- Record
- SN04597358-W 20170727/170726043218-9c9e1eea2d91d07c648bc14cce64843c (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 |