Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

34 -- Full coverage of Electronic Maintenance

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07R0008
 
Response Due
3/19/2007
 
Archive Date
5/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is W911QX-07-R-0008. This acquisition is issued as an _RFQ  request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15 dated 13 February 2007. This acquisition is set-aside for _Small Business. The associated NAICS code is 811219. The small business size standard is $6.5 million. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): {insert CLIN No(s)., DESCRIPTION(s); QTY(s); and UNIT(s).} CLIN Item Description Quantity CLIN 0001 Full coverage of electronic Maintenance for 12 months 1 CLIN 0002 Full coverage of electronic Maintenance for 12 months (opt) 1 CLIN 0003 Full coverage of electronic Maintenance for 12 months (opt) 1 CLIN 0004 Full coverage of electronic Maintenance for 12 months (opt) 1 CLIN 0005 Full coverage of electronic Maintenance for 12 months (opt) 1 Description of requirements: {insert description of agency need (SOW) for each item - see FAR 12.202(b). Not applicable to brand-name only purchases, enter N/A}. EXECUTIVE SUMMARY This Request for Quote (RFQ) is being issued to award a contract for the maintenance and emergency repairs for machines as described in the Statement of Work (SOW). The machinery is located in Room 1M000 on the 1st floor of building 203 at the Adelphi La boratory Center (ALC), US Army Research Laboratory (ARL), in Adelphi, MD. This executive summary is being included with the RFQ to briefly describe the requirement, the site inspection and the evaluation process, and to stress the importance of the ARL.01 6 Site Visit paragraph This procurement is being conducted using as a set-aside for small business (NAICS Code 811219 - Size Standard $6.5M). This proposed contract includes a requirement for quarterly maintenance for both electrical and mechanical machines described in the SOW . The contract resultant from this solicitation will provide for quarterly maintenance and emergency services as specified in the SOW for the period of 1 year, plus four additional option years. The total potential period of performance including all options is therefore five (5) years beginning on 26 March 2007 and potentially through 25 March 2010. Refer to the RFQ for a more thorough description of the options. Offerors are required to submit one fixed price per month for each of the separately priced periods of performance. Offerors assume the burden of ensuring that they completely understand the magnitude of this effort, as well as the conditions under which the work will be performed. To that end, there will be a site visit of the facility on 15 March 2007, at 2PM local time. Attendance at this site inspection, while not a mandatory prerequisite to submission of an offer, is strongly encouraged. It is the Governments opinion that attendance at this site inspection is the best method for a potential contractor to comple tely understand the nature of the requirement. If you are interested in attending this site inspection, please contact the Contract Specialist, Mr Hilton Thompson, (301) 394-2889, no later than 13March 2007 2PM local time to indicate your interest and ob tain the required information. The Statement of Work (SOW)) includes a list of equipment the contractor will be required to maintain, as well as other information pertinent to this requirement. Interested parties are required to submit, as part of their quote, their plan to accomplish the requirements of the SOW. Specifica lly, offerors must submit exactly what quarterly maintenance will be performed on each covered item. The Government will evaluate this information, and determine which offer represents the best value to the Government. Past performance (both corporate an d with respect to specific individuals identified), technical competence, and price will be taken into consideration in the evaluation. The Government intends to incorporate the successful offerors quarterly maintenance plan into the resultant contract. The quote due date of 19 March 2007 11:59 PM local time is critical to allow sufficient time for evaluation of offers and award of a contract before 24 March 2007. The intent of the Government is to award this contract on or shortly before 24 March 20 07, with the period of performance to begin on 26 March 2007. Therefore, the Government evaluation team will be looking for an offeror with the ability to begin performance of maintenance possibly as quickly as within 24 hours of award. This overview is provided to highlight some significant aspects of this requirement. This summary in no way is intended to alter or otherwise affect anything included in this RFQ. In the event of an inconsistency between this summary and anything in the R FQ, the RFQ prevails. STATEMENT OF WORK C.1 The contractor shall provide full coverage of Electronic Maintenance to include parts, labor and emergency services at the Army Research Laboratory as follows: C.1.1 Services shall include all electronic parts, materials and labor necessary to accomplish repairs as needed. Services shall also include quarterly maintenance for both electrical and mechanical parts for machines listed below. C.1.2 Emergency service shall include both diagnostic and repair service for all electronic deficiencies, and diagnostic services of mechanical and hydraulic problems. The contractor shall respond within 16 hours (two work day period) upon notification for such service from the Technical Point of Contact. C.2 The contractor shall provide maintenance for the following seven (7) machines for the first year (Contract Line Item (CLIN) 0001): 1. One HAAS Machining center VF1. 2. One HURCO CNC Machining Center w/ Ultrimax 3 control, Model Spirit 40SLV-4 axis contouring axis positioning electronics-feedback elements-low level magnetics. 3. One JAPEX LDM50 Wired M/JAPR-4G Controller. 4. One HAAS Toolrom lathe, TL1 Date of mfg 03/04 5. One Mori Seike AL-2 CNC Lathe w/Fanuc 10TE Control  2 axis contouring-low level magnetics. 6. Two HAAS, Model: Mini Mill, S/N: 23158, date of mfg: 12/00 and S/N 26232, date of mfg: 7/01. 7. One Clausing CNC 350 Lathe w/Fanuc Series O-T Control. 8. One HAAS Machining Center VF3 w/ Fanuc Control. C.3 The second and third year, CLINs 0002 and 0003 include: 1. One HAAS Machining Center VF4 In Service Date: 11/06 2. One ONA Wire EDM AE300; In Service Date: 1/07 C.4 The contractor shall invoice the Government at cost for replacement parts required to repair equipment. For any single item that exceeds $3,000, the contractor shall provide a written estimate to the Contracting Officer with supporting evidence (comp etitive quotes or price lists) prior to making the repair. Minor replacement parts which the Contractor is required to replace at no cost to the Government include: switches, relays, lamps, filters, control cabinet fans, other fans, processor boards, digi tal logic control boards, power supplies, and all display panel parts and electronics. C.5 The contractor shall provide and maintain all necessary tools and test equipment required for maintenance and repairs of the above listed equipment. C.6 The contractor shall ensure that the primary technician has at least 4 years of experience working with machines listed in sections C.2 AND C.3. C.7 The contractor shall maintain an accurate, individual machine maintenance log book at Army Research Labor atories, Adelphi, MD, to include complete maintenance information of work performed and parts furnished on equipment. C.8 The Contractor shall also render a service report to the Government for signature and approval of work performed at the conclusion of each service call. C.9 The contractor must acquire written approval from the Government prior to sub-contracting any portion of the above statement of work. C.10 CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance o f this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil ,https://contractormanpower.army.pentagon.mil/. The required information incl udes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task order and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, addres s, phone number email address identify of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (includi ng sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with th e Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perf orm the work (specified by zip code in the United States and nearest city, country, when in an overseas location using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contract or and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period wil l be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML dir ect transfer may be downloaded from the web site. Delivery is required by _26 March 2007. Acceptance shall be performed at Adelphi, MD. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. 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. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applica ble to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: _FAR - 52.233-3, 52.233-4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.23 2-33. DFAR  252-232-7003___. The following additional contract requirement(s) or terms and conditions apply: None. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. The following notes apply to this announcement: None Offers are due on _19 March 2007, by 11:59 p.m. EDT, by email to hilton.thompson@arl.army.mil or by hardcopy to US Army, RDECOM-AC, Adelphi Contracting Division, Attn: AMSRD-ACC-AC (Hilton A. Thompson); 2800 Powder Mill Rd. Adelphi, Md 20783. Offers ma y also be faxed to 301-394-4910. For information regarding this solicitation, please contact Hilton A. Thompson 301-394-2889, email hilton.thompson@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01245806-W 20070309/070307221258 (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.