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
SPECIAL NOTICE

J -- PM & Repair for Analytical Instruments - Justification OTFOC

Notice Date
11/14/2017
 
Notice Type
Special Notice
 
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-18-T-0007
 
Archive Date
12/13/2017
 
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
Justification OTFOC W91ZLK-18-T-0007 NOTICE OF INTENT TO SOLE SOURCE PREVENTATIVE MAINTENANCE AND REPAIR SERVICES OF ANALYTICAL SYSTEM AND PARTS This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR 13.106-1(b) (1). The US Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Tenant Division, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005-1846; has a requirement to procure the following service: The Edgewood Chemical and Biological Center requires a vendor to provide yearly full-service preventative maintenance support, unlimited on-site repairs, software upgrades, on-line technical support, and telephone assistance to resolve technical problems for a Pegasus HRT 4D TOF s/n 6025 and Chroma TOF-HRT Software. Although some of the required technical support may involve instruments not manufactured by LECO Corp., the Government requires one contractor to perform the repairs and maintenance on the instruments manufactured and warranted by LECO Corp. as well as the other manufacturers. The intended period of performance for the above mentioned service is subject to date of award and two one year options. The Government intends to award a Firm-Fixed Price sole source contract to LECO CORPORATION, 3000 Lakeview Ave, Saint Joseph, MI 49085-2319. The associated North America Industry Classification System (NAICS) Code is 811219 and the Business Size Standard is $20.5M. All responses received within fifteen businesses (15) days after date of publication of this notice will be considered by the Government. A determination by the Government to compete the proposed requirement will be based upon responses to this notice is solely within the discretion of the Government. Interested parties may identify their interest in writing to the identified point of contact no later than 2:00 PM Eastern Standard Time (EST), 28 November 2017. Telephone responses will not be accepted. This notice is not a request for competitive proposals or a solicitation of offers. Notice of Intent, contact Amy DuBree, amy.c.dubree2.civ@mail.mil. Posting date of this requirement is 14 November 2017. NO TELEPHONE REQUESTS WILL BE HONORED. Performance Work Statement Preventative Maintenance & Repair Services of Analytical Systems and Parts for the Edgewood Chemical Biological Center (ECBC) 1.0 Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to support the Edgewood Chemical Biological Center as defined in this Performance Work Statement (PWS). The services to be conducted by the contractor are to include on-site repairs, preventative maintenance (PM), and instrument service for equipment located at ECBC, Aberdeen Proving Ground - Edgewood Area. 1.1 Background. The ECBC Team is responsible for the equipment necessary to perform analysis and test samples received from all over the world which may pose a chemical and biological threat. In order to support the mission, the laboratory requires all equipment to be fully up to date with the latest software and to be operating in accordance with the original equipment manufacturers specifications without any delay in service in case of equipment malfunctions. 1.2 Objective. The objective of this contract is to provide yearly full-service preventative maintenance support, unlimited on-site repairs, software upgrades, on-line technical support, and telephone assistance to resolve technical problems. Although some of the required technical support may involve instruments not manufactured by LECO Corp., the Government requires one contractor to perform the repairs and maintenance on the instruments manufactured and warranted by LECO Corp. as well as the other manufacturers. 2.0 Applicable Documents: 2.1 Manufacturers' Equipment Specifications and Guidelines. 2.1.1 https://leco.com/products/separation-science/gcxgc-tofms/pegasus-gc-hrt-4d#models 2.1.1.1 Pegasus GC-HRT Hardware Instruction Manual Version 1.9 August 2015. 2.1.1.2 ChromaTOF Brand Software Instruction Manual Version 5.0 September 2016 3.0 Requirements. The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to perform the following work: 3.1 Preventative Maintenance and Instrument Service. The contractor shall perform yearly, on-site preventative maintenance and instrument service for all equipment specified in this PWS. The timing will be scheduled by mutual agreement between the Government and the contractor. 3.1.1 The contractor shall perform all maintenance and repairs necessary to keep the units described in the equipment list in original equipment manufacturers (OEM) operating condition, to ensure operation within the manufacturer's standard product specifications, in accordance with OEM service manuals. 3.1.2 The contractor shall provide all necessary maintenance; labor, including travel time; repair parts; maintenance supplies; tools; test equipment; transportation; and documentation to include a log of work performed and results of performance checks. Maintenance services shall be performed in accordance with the OEM's guidelines. 3.1.3 The contractor shall be trained and possess the licenses and certifications to perform the necessary tasks on LECO Corp. instruments without risk of voiding or invalidating warranties. The contractor shall provide fully integrated service coverage for all modules that make up the analytical system and provide comprehensive support of the complete configuration of the analytical systems 3.1.4 The contractor shall provide certified technicians for LECO equipment to administer instrument control software upgrades and recommended upgrades, on-line technical support and telephone assistance to resolve technical problems. 3.1.5 The contractor's Field Service Engineer shall report to the Contracting Officer's Representative (COR) before and after service work is accomplished. The contractor shall prepare and maintain complete maintenance records on all equipment under the contract. These records shall be made available for review by the Government during contract performance. A copy of the service report and record of maintenance shall be provided to the COR after the signature is obtained from the technical point of contact on site and the contractor within five days of service. 3.1.6 The contractor shall not exchange equipment without written consent of the COR. The Contracting Officer shall be notified when this service would affect a change in the equipment under contract. No work shall be performed that is outside of the scope of this contract. 3.2 Remedial Maintenance. The contractor shall provide unlimited on-site visits for customer support when requested by the COR. The number of repair calls cannot be predicted. The contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. Any parts used to return the system to operational condition shall be included in the service agreement. If the equipment cannot be repaired successfully, the instrument shall be replaced at no additional cost to the contract holder. The contractor shall provide the COR with designated points of contact and make arrangements to enable its maintenance representative to receive such notification. The contractor shall also provide secondary points of contact in the event that the primary point of contact is not available. The COR will notify the contractor when equipment malfunctions and the contractor shall respond within two hours to make arrangements for an on-site visit. The initial on-site diagnosis must be made within 24 hours, with a service technician physically present at the equipment. A repair plan, that is satisfactory to the Government, shall be submitted to the COR within 72 hours of the initial diagnosis. Should it become evident that such repair is not feasible within the requirements, the contractor shall immediately notify the COR, prior to the expiration of the designated repair time. 3.3 Antiterrorism/Operations Security Review 3.3.1 Access and General Protection/Security Policy and Procedures. All contractor and subcontractor employees with an area of performance within an Army controlled installation, facility, or area shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). 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. 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. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index (NCICIll) 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. On-Site Workers. The contractor support personnel working on-site shall: 3.3.1.2 Wear a company-provided picture badge. The picture badge shall contain the employee's name, company name, and a badge issue and expiration date. 3.3.1.3 Government escort to facility. In order for contractors to be permitted on Aberdeen Proving Ground, a valid form of identification is required along with a valid vehicle registration. 3.4 Safety and Health. The contractor shall not be required to inspect, repair or perform maintenance on systems or equipment that are contaminated or perform work under unsafe conditions. 3.5 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided as the basis for assessing the contractor's performance. 4.0 Government Furnished Property. The contractor shall perform maintenance and technical support on equipment provided on-site at ECBC, APG, MD. 5.0 Deliverables. The contractor shall provide repair or replacement of defective parts and components throughout the period of performance to ensure systems and equipment remain operational. The Government requires a Service Report for all repairs or replacements completed during the contract. 6.0 List of Equipment Location: Building E 3400 Room 204 Pegasus HRT 4D TOF s/n 6025 Chroma TOF-HRT Software 7.0 Government Point of Contact TBD 8.0 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 CLIN 0002 - Accounting for Contract Services 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/e2e63eb35b3c3098105b0e60612dede6)
 
Place of Performance
Address: Edgewood Chemical and Biological Center, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04740337-W 20171116/171114231707-e2e63eb35b3c3098105b0e60612dede6 (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.