Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

66 -- High Power Tester in accordance with the specification/Statement-of-Work

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-10-R-0019
 
Response Due
3/9/2010
 
Archive Date
5/8/2010
 
Point of Contact
Joseph Santillo, 570-615-7517
 
E-Mail Address
Tobyhanna Depot Contracting Office (CECOM-CC)
(joseph.santillo@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. 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. 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 W25G1V10R0019 and must be referenced in all correspondence. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-38, Effective 01 Feb 2010 and class deviation 2009-O0009. This action is pursued under full and open competition. The NAICS is 334515, criteria 500 employees. Contract Line Item Number (CLIN) 0001: 1 each High Power Tester in accordance with the specification/Statement-of-Work. All deliverables are Fob Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA. Delivery, to include installation, testing, and documentation, is 90 days after date of award. Delivery is critical and failure to comply with the required delivery renders the offer unacceptable. It is the contractors responsibility to ensure that packaging and transportation shall be in accordance with the manufacturers recommendation. Proposal Requirements: Pricing must be provided for CLIN 0001 and offerors must address delivery, warranty, installation, and documentation. ALL offerors must also provide PAST PERFORMANCE information. Parties interested in responding to RFP are requested to complete a Standard Form (SF)1449 (available at http://www.forms.gov ), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c; the offer must be signed by a company official authorized to contractually bind the company. Offerors shall include the full text provision FAR 52.212-3 ALT I (Offeror Representations and Certifications --Commercial services), completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial services). Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ ; or FAR only at http://www.arnet.gov/far ; or DFARS only at http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Supporting documentation (i.e., Past Performance information and literature clearly showing that the product proposed satisfies the technical requirements) must be submitted in order for your offer to be considered. It is recommended that the completed SF1449 be Faxd (570-615-6782). Alternatively, a signed, scanned SF1449 can be sent electronically (e-mail) to joseph.santillo@us.army.mil. The proposal and other information and supporting documentation should be submitted electronically to joseph.santillo@us.army.mil. Please note that files exceeding 3 Mb may cause problems and offerors are advised to send multiple e-mails of smaller size rather than one large (i.e., more than 3Mb) e-mail. SPECIFICATION: 1. National Environmental Policy Act (NEPA), Depot Security, Depot Safety, and Wide Area Workflow (WAWF) requirements apply to this action and are provided as ATTACHMENT 1. Offerors MUST obtain Attachment 1 and address it in the offerors proposal. 1. Scope This specification is provided as a Brand Name or Equal. NH Research 5600 Series or equal. One each Test System will be a commercially available off the shelf, Automated, Programmable, Turn-Key Power Supply Test System. The Test System shall be a rack configuration using current technology as long as system performance is not negatively affected. The Test System will be built to best commercial practice, accepted common military/industry platform and meet all safety standards. All parts and components of the system shall be in production at the time of providing the system to the Government. The contractor must provide all required components, to include sources, Test Measurement and Diagnostic Equipment, dynamic loads, control instrumentation and all other ancillary parts, cables, and interfaces required to provide a complete Turn-Key system. System must be capable of performing initialization self tests of the entire system to verify that the system is fully functional. Initialization tests must be capable of identifying any and all failures. The tester shall be capable of testing the power supply components of the electronic assemblies set forth in Table 1. Table 1 Electronic Assemblies to be Tested by Test Station Electronic AssemblyPart NumberNational Stock Number Radar Modulator976191-55840-01-442-4760 Static Frequency Converter952564-15895-01-054-6492 Electronic Frequency ConverterG124921-25895-01-173-6061 Electronic Frequency Converter952584-35895-01-173-6109 Electronic Frequency Converter952584-35895-01-417-3218 Audio Frequency Amplifier952587-15996-01-058-3156 Power Supply461726-16130-00-500-8477 Power Supply480158-16130-00-883-9318 Power Supply Subassembly977897-16130-01-062-6250 Power Supply480976-16130-00-832-5838 Power Supply Subassembly977897-1/481086-16130-01-062-6250 2. Computer : Stand-alone PC, minimum 512 MB RAM, 120GB Hard Drive, DVDR, 19in monitor with keyboard/mouse, and system running Microsoft Windows XP. 3. Measurement and control Instrumentation: Provide at a minimum 16 multiplexer channels, 16 digital outputs. 4. Measurement Built-In Capability:Peak to Peak, Voltage, Spectrum, Timing, Phase, Harmonics, Frequency, RMS. Waveform Capture Analysis:3 channels up to 200 mega samples. Relay Drivers: At least sixteen. DC Volts: Min 2V to at least 500V. AC Volts RMS: 15 to at least 350V. Frequency: At least 10Hz to 5MHz. Peak to Peak Noise: 100mV, 500mV, 5V. Current: 100mA. 5. Digitizer: Simultaneously capture at a minimum of up to three waveforms. 6. Digital Signals: Up to as many as sixteen. 7. A minimum of between 15 and 25 of such measurements per waveform capture will comprise a typical test step in a 30-to 40-step power supply characterization test. 8. Program Development: System will have the capability for simultaneous off-line program development during testing. 9. Programmable DC Loads: 60amp, 450V, 300W; 60 amp, 300W, 120VDC; 100amp, 500V, 2000W. 10. DC Sources: Three 15Amp/0-80VDC/450W; One 0.2Amp/0-1000VDC/200W; One 38 Amp/0-40VDC/1.52 KW; One 2.6Amp/0-600VDC/1.56KW. 11. AC Sources (a) One single phase switchable to three phase 12 KVA Total; single phase 135 to 270 VRMS @ 96/32 Amps RMS; Three-phase 135 VRMS (VI-N) @ 32 Amps/phase. (b) Two 2Amp/100 v peak Pulse generators (Agilent 8114A or equivalent). 12. Miscellaneous: (a) Two AE Techron amplifier (model 7548) (or equivalent). (b) Two Fluke 271 function generator with ARB (or equivalent). (c) One 6.5 digit system DMM (d) One Ross Engineering P/N 821000 Fixed High Voltage Load (Or equivalent). (e) One Ross Engineering P/N 821001 Fixed High Voltage Load (Or equivalent). (f) One Ross Engineering P/N 821002 Fixed High Voltage Load (Or equivalent). (g) One interlock input capable of shutting down all sources. (h) One emergency off push switch clearly marked and located near top center of system. 13. Selftest: The system shall be provided with a loop back selftest adapter and selftest software capable of checking system path integrity and instrument health. 14. System must have all instruments with the exception of the fixed high voltage loads and 7548 amplifiers prewired to a common interface of single set connectors. Amplifiers may be wired to the interface if space permits. The interface shall capable of providing a quick change of a test adapter. 15. Software: Operating systems is Windows XP. Test Executive software must be compatible with EM power. Must have the capability for test executing pre-developed test routines designed for military power supply testing. Any required software licenses shall be provided with the delivery of the system. All equipment software drivers must be developed and integrated into test executive. Software must provide a soft front panel for manual control of instruments. 16. Calibration and Maintenance. All equipment must have current OEM calibration certificates and labels for each piece of equipment. Calibration will be done by a NIST-certified laboratory and certified with NIST traceable standards. The system and all equipment must be identified as being successfully calibrated and must have a system calibration certification sticker to cover a minimum of one year period from the delivery date. 17. The tester shall meet all requirements set forth in OSHA General Industry Standards 29 CFR 1910, dated 1 July 1996. In addition it shall meet or exceed the National Fire Protection Association (NFPA) requirements of NFPA 79-1994, Electrical Standards for Industrial Machinery. All energy control sources shall have the capability of being locked out and tagged out. The contractor's manuals shall detail the lockout/tagout procedures which are required to bring the surface mount component machine to a zero mechanical state for maintenance or service procedures. Procedures to return from the zero mechanical state to full operational capability shall also be provided. (See also NEPA requirements.) 18. F.O.B. and Inspection and Acceptance (I&A) for all deliverables shall be Destination, Tobyhanna Army Depot, Tobyhanna, PA. Fully operational system will transported to TYAD at no additional cost to the Government. All deliverables shall be provided within ninety (90) days of date of award. Delivery address is Tobyhanna Army Depot, 11 Hap Arnold Blvd, Building 1C Bay 6 Receiving, Attn: Matthew Pikulski and Charles Cardimona. The contractor will notify the Government a minimum of thirty (30) days prior to delivery. A specific delivery date within the 90-day period of delivery will be mutually agreed upon by the contractor and the COR. 19. System Set-Up and Power-Up. All steps will be accomplished by the contractor with Tobyhanna representatives present. System setup will be performed at the Tobyhanna Army Depot by the contractor to the appropriate location within the Tobyhanna facility. Contractor will uncrate the system and will inspect and make all required connections to existing power. Contractor will apply and power up the station. 20. System Set-Up and Power-Up. All steps will be accomplished by the contractor with Tobyhanna representatives present. System setup will be performed at the Tobyhanna Army Depot by the contractor to the appropriate location within the Tobyhanna facility. Contractor will uncrate the system and will inspect and make all required connections to existing power. Contractor will apply and power up the station. 21. Inspection and Acceptance Inspection and acceptance will be at Destination, Tobyhanna Army Depot, Tobyhanna, PA. Contractor will demonstrate that the System can successfully perform initialization self tests of the entire system. All required tests and process to run the initialization tests will be completely demonstrated. Contractor will demonstrate that the System is fully functional. Initialization tests must be capable of identifying any and all failures. Contractor will demonstrate that the system can successfully develop a fully functional test program from an existing program and successfully test the power supply with the program on the new station. The contractor will also demonstrate that test interface on the new station is fully compatible and will successfully accept and connect directly to all power supplies currently being tested. 22. Warranty Warranty of System: Contractor warrants that, at the time of delivery, the power supply test system shall conform to the requirements of the contract and be free from all defects in material and workmanship at the time of acceptance for a period of one (1) year from date of final acceptance by the Government. Defects in Hardware: Contractor will fully warrant that, at the time of delivery, any and all hardware and software deliverables shall be free from defects in material and workmanship under normal usage for a period of one (1) year from date of final acceptance by the Government. The following FAR clauses and provisions apply to this acquisition: 52.203-3 Gratuities. 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instructions to Offerors Commercial Items, With Addendum. 52.212-3 ALT I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items, With Addendum. 52.211-6 Brand Name or Equal. 52.211-14 Notice of Priority Rating for National Defense: DO A7. 52.211-15 Defense Priority and Allocation Requirements. 52.211-17 -- Delivery of Excess Quantities. 52.223-16 Alt I IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 200&0 Alternate I; 52.217-5 Evaluation Of Options. 52.217-8 Option to Extend Services (fill-in is within 30 days of the expiration of the contract). 52.217-9 Option to Extend the Term of the Contract (fill-ins: within 2 days of the expiration of the contract; 30 days; 5 years). 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns. 52.219-28 Post-Award Small Business Program Representation. 52.223-11 Ozone-Depleting Substances. 52.225-13 Restrictions on Certain Foreign Purchases. 52.225-18 Place of manufacture 52.227-1 Authorization and Consent. 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement. 52.227-3 Patent Indemnity. 52.228-5 Insurance -- Work on a Government Installation, Employer's liability coverage of at least $100,000; minimum auto coverage $200,000 per person and $500,000 per occurrence for Bodily Injury an d $20,000 per occurrence for Property Damage. 252.201-7000 Contracting Officers Representative. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Central Contractor Registration (52.204-7) Alternate A. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.211-7003 Item Identification and Valuation. 252.212-7000 Offeror Representations and Certifications--Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.217-7002 Offering Property for Exchange. 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7013 Duty-Free Entry 252.225-7021 Trade Agreements 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.227-7015 Technical Data--Commercial Items. 252.227-7016 Fights in Bid or Proposal Information. 252.227-7037 Validation of Restrictive Markings on Technical Data. 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments. 252.243 -7001 Pricing of Contract Modifications 252.243 -7002 Requests for Equitable Adjustment. 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation of Supplies by Sea. 252.247-7024 Notification of transportation of Supplies by Sea 52.212-2 Evaluation - Commercial Items. This acquisition will be a best value action. Evaluation factors are technical, Past Performance, and Price. Past Performance is more important than Price. Technical shall be evaluated as pass/fail, specifically, that the item offered is evaluated as satisfying the technical specification. Technical submission by offerors shall include a statement by the offeror that the proposed tester meets all the technical requirements, accompanied by supporting technical literature. Three examples of Past Performance are to be submitted. The examples shall include: the name of the customer/contracting office; the item which was sold; the price; the date of the sale; and a customer point of contact and verified telephone number. The examples will be evaluated in terms of currency (within the past 3 years), relevance, and quality. Examples showing the same tester as that required, provided under the same terms (installation, warranty, documentation), provided to a Government agency in the U.S., and performed within the past three years, will be considered ideal in terms of relevance. Variations (a similar system rather than the same system, lesser warranty, or no documentation required) will be considered accordingly. Quality will be evaluated in the following areas (the listing does not represent the specific or relative importance of the areas, nor necessarily all areas): timeliness of overall delivery; quality of the system; quality of the installation; ability to deal with any required changes; providing warranty; and meeting customer overall expectations and overall customer satisfaction. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. The Government retains the right to consider any information it finds available pertaining to the past performance of an offeror. (b) Options. There are no options required in the solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-5 (DEVIATION) Contract Terms and Condition s Required to Implement Statutes or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.215-6 Place of Performance; 52.225- 1 Buy American Act-Balance of Payments program-Supplies; 52.225-2 Buy American Act-Balance of Payments Program Certificate; 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Report s on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 -- Combating Trafficking in Persons; 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.215-5 Facsimile Proposals (FAX Number: (570) 895-6782); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns. (DEVIATION) 52.219-14 Limitations on Subcontracting; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.242-13 Bankruptcy 52.247-34 F.O.B. Destination; 52.253-1 Computer Generated Forms 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use: this is a DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation 52.0204-4003 SECURITY INSPECTION CONTRACTING OFFICER'S NOTICE By submission of a bid/offer under this solicitation, the Contractor acknowledges and agrees that all vehicles operated by contractors and commercial vendors will be inspected by Depot Security personnel prior to entering or departing the controlled area of Tobyhanna Army Depot. 52.0204-4005 DEPOT REGULATIONS CONTRACTING OFFICER'S NOTICE While within the confines of Tobyhanna Army Depot, Contractor employees will adhere to and be governed by all rules, regulations, policies, procedures and directives issued by the Commanding Officer, Tobyhanna Army Depot, and said employees will be required to conduct themselves in the same manner required of Government employees. 52.0236-4003 WORK AREA RESTRICTIONS CONTRACTING OFFICER'S NOTICE Contractor employees are restricted to the immediate area of the job site and not permitted access to any area adjacent to said job site without expressed written permission of the Contracting Officer. 52.0236-4004 PROTECTION OF OPENINGS CONTRACTING OFFICER'S NOTICE 1. During the periods of inclement or cold weather, and at the end of each workday, the contractor shall provide a secure temporary enclosure to seal all openings being worked on. 2. Security of the building/area will not be downgraded during non working time. FAR 52.236 0012 CLEANING UP (APR 1984) The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer. CONTRACTING OFFICER'S NOTICE: 1. Debris and Rubbish: Remove debris and rubbish from the site as soon as practicable. Do not allow to accumulate in buildings or on site. (However, see paragraph 3. below concerning cardboard waste.) Also remove debris from excavations. 2. Debris Control: Remove and transport debris, to an approved disposal site, in a manner as to prevent spillage on streets or adjacent areas. 3. Disposal of Debris: a. Removal of debris and rubbish shall be the responsibility of the Contractor. The Contractor shall dispose of all materials, except as noted b. below, outside the limits of the Government Controlled Property at a site approved by local and state authorities. COMPLIANCE WITH THE MONROE COUNTY SOLID WASTE MANAGEMENT ORDINANCE/PLAN IS REQUIRED FOR THE HAULING AND DISPOSAL OF CONSTRUCTION/DEMOLITION WASTE. FOR ALL OTHER WASTE, COMPLIANCE MAY BE REQUIRED. CONTRACTORS ARE RESPONSIBLE FOR CONTACTING THE MONROE COUNTY MUNICIPAL WASTE MANAGEMENT AUTHORITY TO DETERMINE SPECIFIC COMPLIANCE RESPONSIBILITIES AND REQUIREMENTS. MONROE COUNTY MUNICIPAL WASTE MANAGEMENT AUTHORITY CAN BE REACHED AT 570 421 7301. PLEASE NOTE: THE USE OF TRANSFER FACILITIES FROM THE MONROE COUNTY CONTRACTED FACILITIES LIST IS NOT ALLOWED FOR TOBYHANNA ARMY DEPOT PROJECTS. b. CONTRACTORS ARE ENCOURAGED AND SPECIFICALLY REQUESTED TO DISPOSE OF CARDBOARD DEBRIS WITHIN THE CONFINES OF THE GOVERNMENT CONTROLLED PROPERTY AT ANY OF THE DEPOT'S READILY ACCESSIBLE CARDBOARD BALER LOCATIONS. IF A BALER IS NOT LOCATED NEAR THE JOB SITE, CARDBOARD DEBRIS MAY BE NEATLY STACKED AT THE JOB SITE FOR SUBSEQUENT PICK UP BY GOVERNMENT PERSONNEL. ALL CARDBOARD DEBRIS DISPOSAL ARRANGEMENTS MUST BE COORDINATED WITH THE CONTRACTING OFFICER'S REPRESENTATIVE. 4. The Contracting Officer shall be notified, in writing, of the location of the selected disposal site. 5. A final cleanup is required at end of the project to include dust, debris, smudges, stains, marks of any kind, spills, dirt, construction material, all waste, rags, etc. Vacuuming and wet mop will be required for projects within structures that have finished areas. 52.0236-4114 - FAR 52.236 0014 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984) (a) The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. (b) The Contractor, at its expense and in a workmanlike manner satisfactory to the Contracting Officer, shall install and maintain all necessary temporary connections and distribution lines, and all meters required to measure the amount of each utility used for the purpose of determining charges. Before final acceptance of the work by the Government, the Contractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. CONTRACTING OFFICER'S NOTICE: There will be no charge for any utilities required for this contract. Bidder/Offeror shall not include any costs for securing such utilities in his bid price. 52.0246-4009 DELIVERIES TO TOBYHANNA ARMY DEPOT (TYAD) CONTRACTING OFFICER'S INSTRUCTIONS Shipping and receiving hours at Tobyhanna Army Depot are from 0730 hours to 1430 hours, Monday thru Friday (except on Federal holidays and the day after Thanksgiving). All shipments will be scheduled and coordinated with the Tobyhanna Army Depot traffic control room at (570) 895 7354 as soon as possible after notification of award or receipt of order. Failure to schedule delivery could result in delay in off loading. In the event that the delivery cannot be accomplished by the contract/purchase order delivery date due to the appointment date provided by Tobyhanna Army Depot traffic control personnel, the contract administrator, as provided herein, will be notified by the Contractor for disposition. 52.0000-4001 AMC LEVEL PROTEST PROGRAM (OCT 1996) 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 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 protest (other than protest to the contracting officer) to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060 5527 Facsimile number (703) 806 8866/8875 The AMC level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protest/protest.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC Level Protest Procedures. 52.0228-4005 INSURANCE REQUIREMENTS CONTRACTING OFFICER'S NOTICE The contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: (a) WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY. Contractors are required to comply with applicable Federal and State Worker's Compensation and Occupational Disease Statutes. If the Employer's liability section of the insurance policy, except then contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in states with exclusive or monopolistic funds that do not permit Worker's Compensation to be written by private carriers. (b) GENERAL LIABILITY. Bodily Injury Liability Insurance Coverage written on the comprehensive form of policy of at least $500,000 per occurrence shall be required. Property Damage Liability Insurance is not normally required. (c) AUTOMOBILE LIABILITY. Automobile Liability Insurance written on the comprehensive form of policy is required. The policy shall provide for Bodily Injury and Property Damage Liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for Bodily Injury and $20,000 per occurrence for Property Damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Clauses and Provisions Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address http://farsite.hill.af.mil/ orhttp://www.arnet.gov/far. Any FAR (48 CFR Chapter 1) provision or clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdb0c6da555802015b1d4515ba0b2130)
 
Place of Performance
Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02074005-W 20100226/100224235333-cdb0c6da555802015b1d4515ba0b2130 (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.