Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

J -- Preventative Maintenance for Thermo Electron Equipment - PWS

Notice Date
3/12/2018
 
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, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-18-R-0030
 
Archive Date
5/4/2018
 
Point of Contact
Amy DuBree, Phone: 4438614743, Sherry L. Compton,
 
E-Mail Address
amy.c.dubree2.civ@mail.mil, sherry.l.compton.civ@mail.mil
(amy.c.dubree2.civ@mail.mil, sherry.l.compton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
QASP Equipment List Performance Work Statement COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-T-0030 PREVENTATIVE MAINTENANCE VARIOUS THERMO ELECTRON EQUIPMENT AND ASSOCIATED PARTS 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) 05-96. The solicitation number for this request for proposal (RFP) is W91ZLK-18-T-0030. 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 a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with task orders on a Firm-Fixed Price (FFP) basis in accordance with FAR 13.5, Simplified Procedures for Certain Commercial Items. The minimum guarantee is $32,000.00. The overall ceiling value is $3,200,000.00 for a base and four option years. No funds will be obligated on the basic contract; they will be obligated on individual task orders. This procurement will be evaluated as Lowest Priced Technically Acceptable (LPTA). The Edgewood Chemical and Biological Center (ECBC) of Aberdeen Proving Ground, MD requires a non-personal services contract for full-service preventative maintenance support, unlimited on-site repairs, software upgrades, online technical support, and telephone assistance to resolve technical problems for multiple Thermo Electron North American equipment (see Equipment List) IAW with the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP). Note: this inventory may change as equipment comes on line and older equipment is removed and taken out of service. Prices quoted will be binding on this contract for the period covering a sixty (60) month period from date of award. Task orders will be issued on an as-needed basis for individual organization needs. 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: Service Contract W91ZLK-18-T-0030 PRICE Proposal Offerors shall complete the Excel spreadsheet, 'ECBC Equipment List', Attachment A which includes all systems to be covered under the contract. Offerors shall complete both Tab A which covers the entire period of performance on contract. Volume II: Service Contract W91ZLK-18-T-0030 TECHNICAL PROPOSAL ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-T-0030 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Price. Price will be evaluated on the basis of price reasonableness. Price reasonableness pertains to the offeror's ability to project a price which is realistic and indicates that the offeror understands the nature and scope of work to be performed. The Government will evaluate offerors for award purposes by adding the total of all tabs included on the attached spreadsheet, entitled 'ECBC Equipment List'. The Price Proposal shall 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: Base Year A unit price for each item, refer pricing to 'ECBC Equipment List' provided in Excel. This includes all equipment to be covered under the contract. 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 performance work statement, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP Item 1001: Option Year One A unit price for each item, refer pricing to Equipment List provided in Excel. 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 performance work statement, 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: Option Year Two A unit price for each item, refer pricing to Equipment List provided in Excel. 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 performance work statement, 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: ______________ Item 3001: Option Year Three A unit price for each item, refer pricing to Equipment List provided in Excel. Item 3002: 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 performance work statement, 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 Three: ______________ Item 4001: Option Year Four A unit price for each item, refer pricing to Equipment List provided in Excel. Item 4002: 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 performance work statement, 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 Four: ______________ Item 5001: Six month Option Period A unit price for each item, refer pricing to Equipment List provided in Excel. Item 4002: 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 performance work statement, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP Total Price for Six month Option Period: ______________ Volume II: Detail Technical Proposal shall be evaluated based on the following factors: 1. Factor 1: Technical. The offeror's approach adequately describes and presents a clear understanding of all requirements specified in the PWS. To be rated as acceptable, the offeror must demonstrates the ability to comply with the remedial maintenance schedule and time constraints as described in the PWS, paragraph 3.2 Remedial Maintenance. 2. Factor 2: Experience. The offeror's proposed personnel shall possess, as a minimum, documentation and certifications to demonstrate offeror's ability to service all of the equipment and perform repairs. Service technicians shall possess at least 2 years of experience in the maintenance and repair of Thermo Equipment. To be rated as acceptable, offerors shall provide resumes that demonstrate experience in maintenance and repair of Thermo Equipment. In addition, offerors shall present certifications that demonstrate that technicians are Thermo Fischer/Unity Lab Services trained on the equipment requiring service. Certifications must be obtained from Thermo Fisher/Unity Lab Services, be valid, and up to date. 3. Factor 3: Warranty Certification. Offerors proposal shall include documentation from the OEM which states that the work to be performed by them will not adversely affect any equipment warranties. To be rated as acceptable, proposal shall demonstrate that equipment warranties will not be affected by work performed by offeror's service technicians. 4. Factor 4: Upgrades to equipment. Offeror's proposal shall demonstrate that they can acquire and provide Software Upgrades, Firmware Upgrades (where available), and support from the OEM. To be rated as acceptable, offeror shall submit documentation from the OEM demonstrating that they can acquire and provide Software Upgrades, Firmware Upgrades (where available) and support from the OEM. NOTE: Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable. 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 costs for base and option years. 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. 52.216-18 - Ordering. (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 60 months. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered 'issued' when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-22 -- Indefinite Quantity. (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the 'maximum.' The Government shall order at least the quantity of supplies or services designated in the Schedule as the 'minimum.' (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the period specified in the task order award. (End of Clause) 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. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within sixty (60); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty-six (66) months. 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $32,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $1,000.000.00; (2) Any order for a combination of items in excess of $1,000,000.00; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 232.705-70 Clause for limitation of Government's obligation. 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. All questions must be submitted via email to amy.c.dubree2.civ@mail.mil AND Sherry.l.compton.civ@mail.mil by 2 April, 10:00 a.m. EDT. SUBJECT LINE: W91ZLK-18-T-0030 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Proposals must be signed, dated, and received by 19 April 2018, 10:00 a.m. DST via email to amy.c.dubree2.civ@mail.mil AND sherry.l.compton.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/177b52de6a9f9a60f4050f2cc49b0749)
 
Place of Performance
Address: Edgewood Chemical and Biological Center, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04851180-W 20180314/180312231329-177b52de6a9f9a60f4050f2cc49b0749 (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.