Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
SOLICITATION NOTICE

J -- PM for Reverse Osmosis water system

Notice Date
11/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-18-T-0012
 
Archive Date
12/30/2017
 
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 W91ZLK-18-T-0012 PREVENTIVE MAINTENANCE ON A REVERSE OSMOSIS WATER SYSTEM AND RELATED COMPONENTS 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 W91ZLK-18-T-0012. This requirement is under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Small Business Size Standard $7.5M. The Government contemplates award of a Firm-Fixed Price type 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 service. 1. Preventive maintenance, repair and calibration service The contractor shall provide preventative maintenance including all necessary replacement parts for maintenance, provide calibration certifications and testing results on the Reverse Osmosis Water system and related components IAW the PWS and as recommended by the original manufacture. Siemens Industry brand Equipment: 5.2 gpm Product Flow Single Pass Reverse Osmosis (RO) System, PN: M41RGP004ESD Raw Water Booster Pump, PN: CRN3-5 Multimedia Turbidity Filter, PN: PTCMPS14X65 Duplex Water Softener, PN: PTCSDD14X65 Activated Carbon Filter, PN: PTCCPS14X65 2 Each 1000 gallon (each) RO product Storage Tank, PN: TPFC01000 Main Control Panel, PN: PDI-230V075 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: Preventive Maintenance and Repair W91ZLK-18-T-0012 PRICE Proposal Volume II: Preventive Maintenance and Repair W91ZLK-18-T-0012 TECHNICAL PROPOSAL ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-T-0012 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. INCLUDE ALL Information Below: Item 0001: Preventive Maintenance, Repair and Calibration Services. QTY: 1 Unit Cost: Job Total Cost: ________ Item: 0002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting 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. Price Restraint: NSP Total Price for Base Year: ______________ Item 1001: Preventive Maintenance, Repair and Calibration Services - Option Year One QTY: 1 Unit Cost: Job Total Cost: ________ Item: 1002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting 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. Price Restraint: NSP Total Price for Option Year One: ______________ Item 2001: Preventive Maintenance, Repair and Calibration Services - Option Year One QTY: 1 Unit Cost: Job Total Cost: ________ Item: 2002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting 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. Price Restraint: NSP Total Price for Option Year Two: ______________ Volume II: Detail Technical Proposal to include the following elements: 1. Demonstrate the ability to perform requirements set forth in the PWS. 2. Provide certifications and/or documentation that personnel provided are experienced, qualified and factory trained, original equipment certified personnel. 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. Proposals will be evaluated by adding all Firm-Fixed Price CLINs. 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 7 December 2017, 10 a.m. EDT. SUBJECT LINE: W91ZLK-18-T-0012 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 15 December 2017, 3:00 p.m. EST via email to amy.c.dubree2.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STATEMENT C.1 GENERAL: The objective of this contract is to provide full service preventative maintenance support according to the manufactures recommendations on a Reverse Osmosis Water System and related components. C1.1 SCOPE: This is a non-personal service contract to provide recommended maintenance on government owned equipment as listed within this Performance Work Statement (PWS). The Government shall not exercise any supervision or control over the contract service provider performing services herein. C1.2 BACKGROUND: The Advanced Design & Manufacturing Division (AMD) of the Edgewood Chemical Biological Center (ECBC) is tasked to provide ECBC and its customers with technical and manufacturing support for Chemical Biological (CB) Defense items. ADM provides this support by maintaining a high readiness state with personnel and with a significant complement of design and manufacturing equipment. C.1.3 PERIOD OF PERFORMANCE: As stated within body of contact. C.1.4 PLACE OF PERFORMANCE: ECBC, ADM, Building 4301, Aberdeen Proving Ground (APG) South, MD 21010. C.1.5 HOURS OF NORMAL OPERTIONS: 7:00 AM to 3:30 PM, Monday through Friday, excluding weekends and Federal holidays. C.1.6 PERSONNEL: All services under this contract shall by performed by experienced, qualified and factory trained, original equipment certified personnel. Contractor shall identify a single point of contact for all communications with regards to this contract. C.1.6.1 HAZARDOUS CONDITIONS: Contractor personnel may be exposed to high noise levels (impulse and steady state). C.1.6.2 PERSONAL PROTECTIVE EQUIPMENT (PPE): The contractor shall provide its personnel with all necessary PPE. All contractor personnel shall wear appropriate PPE when performing duties under this contract. Failure to wear/use PPE may cause removal from the job site. C.1.7 SECURITY: Contractor and all associated subcontractors 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. C.3. REQUIREMENTS: The contractor shall provide preventative maintenance including all necessary replacement parts for maintenance, provide calibration certifications and testing results on the Reverse Osmosis Water system and related components (listed under Equipment) as recommended by the original manufacture, but no less then as follows: Reverse Osmosis Unit: Reverse Osmosis Function Check Annually Rounds and Readings Quarterly Adjust Flows and/or Pressures Quarterly Calibrate Conductivity Analyzer(s) Quarterly Multi Media Filters: MMF Sequence Function Testing Annually Rounds and Readings Quarterly Backwash Maintenance Annually Activated Carbon: Change Carbon Annually Rounds and Readings Quarterly Test Total Chlorine Inlet, Record Data Quarterly ACB Sequence Function Testing Annually Test Total Chlorine Outlet, Record Data Quarterly Water Softeners: Softener Sequence Function testing Annually Rounds and Readings Quarterly Verify Brine Tank Valve Operations Annually Field Test for Hardness Quarterly The following materials shall be provided as part of the Preventative Maintenance: Carbon V 12X40 Coal AW 55#PB 2 CF, 2 each Annually Filter Cartridge, 9.75'X4.50' 5UM NOM PP, 1 each Quarterly Cartridge Vent Filter, 20', 2 each Semi-Annually C.4 DELIVERABLES: Testing results and calibration certifications as listed within C.3 are to be provided to the Government Technical Point of Contact as listed within this contract within 3 working days of service. C.5 GOVERNMENT EQUIPMENT: Siemens Industry brand Equipment: 5.2 gpm Product Flow Single Pass Reverse Osmosis (RO) System, PN: M41RGP004ESD Raw Water Booster Pump, PN: CRN3-5 Multimedia Turbidity Filter, PN: PTCMPS14X65 Duplex Water Softener, PN: PTCSDD14X65 Activated Carbon Filter, PN: PTCCPS14X65 2 Each 1000 gallon (each) RO product Storage Tank, PN: TPFC01000 Main Control Panel, PN: PDI-230V075 C.6 CONTRACTOR FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEM, MATERIAL AND SERVICES: Service shall be performed on-site at ECBC, APG- South, MD. Contractor shall provide all necessary tools, equipment and supplies to preform service as indicated within this PWS. C.7 QUALITY ASSURANCE SURVEILANCE PLAN (QASP): This QASP details how and when the Technical Point of Contact (TPOC) will monitor the Contractor performance. The TPOC is responsible for overall performance management of the contract. The TPOC will monitor, assess, record and report the technical performance of the Contractor. The TPOC will be the main interface with the Contractor about performance and work closely with the Contractor personnel. The Contracting Officer makes all the key contractual decisions in obligating the Government. Thus, the TPOC will keep the Contracting Officer informed about the emerging performance and seek advice and input for non­technical issues that arise. In carrying out performance monitoring, the following responsibilities are to be noted: A. Inspections can be done at any time and place so long as not to disrupt the Contractor's effort. B. If the TPOC discovers performance deficiencies, the Contractor is given the first right to make the corrections. C. If the Contractor is not able to make corrections or re-perform, the Government or a third party can do so at the Contractor's expense or, the Government can accept the performance and seek an equitable adjustment. D. Acceptance acknowledges that the performance conforms to the requirements and that the Government will take ownership of the outputs. Performance Evaluation Methods: The primary functions that the TPOC will carry out are: performing inspection, handling nonconformance and acceptance. These functions will be done to the deliverable facets of the effort. Specifically, such duties will entail the following: Inspect product upon completion from the vendor to ensure it complies with the scope of work. C.8 CONTRACTING OFFICER REPRESENTATIVE (COR) and/or TECHNICAL POINT OF CONTACT (TPOC): C.8.1 COR: N/A C.8.2 TPOC: 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 PWS. 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 implementing in any manner that results in any contractor employee crating 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 Regulations (FAR). C.10 CONTRACTOR MANPOWER REPORTING (CMR): Contractor Manpower Reporting Application The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Accounting for Contract Services CLIN via a secure data collection site. The contractor is required to fill in all required data fields completely using the following web address: http://www.ecmra.mil/, and then click on 'Department of the Army CMRA' or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), this 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, beginning with 2013. 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 applicable Service/Component's CMR website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1064c4702425aa62e4db68253148f798)
 
Place of Performance
Address: Edgewood Chemical and Biological Center, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04739602-W 20171116/171114231111-1064c4702425aa62e4db68253148f798 (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.