Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2011 FBO #3579
SOLICITATION NOTICE

J -- Preventive Maintenance and Repair of Gas Detection

Notice Date
9/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611QX943
 
Response Due
9/23/2011
 
Archive Date
11/30/2011
 
Point of Contact
Angela Little 252-466-4415
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial services 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. (ii) Solicitation No. M00146-11-Q-X943 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Circular DPN 20110819. (iv) This acquisition is being issued on an unrestricted basis. The North American Industry Classification System Code is 334513 with a small business size standard of 500 employees. (v) Contract line item numbers, quantities, and units of issues: 0001On-Site Maintenance and Repair of Gas Detection Equipment In accordance with the Statement of Work for the Base period of 15 Oct 2011 through 14 Oct 2012 0001AAPreventive Maintenance and Repair of Gas Detection System2 Each 0001ABPreventive Maintenance and Repair of CO Detector Vacuum2 Each 0001ACParts for Gas Detection System (Do not price)1 Lot 0001ADParts for CO Detector Vacuum (Do not price) 1 Lot 0001AEEmergency Service for Gas Detection System (Do not price) 1 Lot 0001AFEmergency Service for CO Detector Vacuum (Do not price)1 Lot 0002On-Site Maintenance and Repair of Gas Detection Equipment In accordance with the Statement of Work for the First Option period of 15 Oct 2012 through 14 Oct 2013 0002AAPreventive Maintenance and Repair of Gas Detection System2 Each 0002ABPreventive Maintenance and Repair of CO Detector Vacuum2 Each 0002ACParts for Gas Detection System (Do not price)1 Lot 0002ADParts for CO Detector Vacuum (Do not price) 1 Lot 0002AEEmergency Service for Gas Detection System (Do not price) 1 Lot 0002AFEmergency Service for CO Detector Vacuum (Do not price)1 Lot 0003On-Site Maintenance and Repair of Gas Detection Equipment In accordance with the Statement of Work for the Second Option period of 15 Oct 2013 through 14 Oct 2014 0003AAPreventive Maintenance and Repair of Gas Detection System2 Each 0003ABPreventive Maintenance and Repair of CO Detector Vacuum2 Each 0003ACParts for Gas Detection System (Do not price)1 Lot 0003ADParts for CO Detector Vacuum (Do not price) 1 Lot 0003AEEmergency Service for Gas Detection System (Do not price) 1 Lot 0003AFEmergency Service for CO Detector Vacuum (Do not price)1 Lot 0004On-Site Maintenance and Repair of Gas Detection Equipment In accordance with the Statement of Work for the Third Option period of 15 Oct 2014 through 14 Oct 2015 0004AAPreventive Maintenance and Repair of Gas Detection System2 Each 0004ABPreventive Maintenance and Repair of CO Detector Vacuum2 Each 0004ACParts for Gas Detection System (Do not price)1 Lot 0004ADParts for CO Detector Vacuum (Do not price) 1 Lot 0004AEEmergency Service for Gas Detection System (Do not price) 1 Lot 0004AFEmergency Service for CO Detector Vacuum (Do not price)1 Lot 0005On-Site Maintenance and Repair of Gas Detection Equipment In accordance with the Statement of Work for the Fourth Option period of 15 Oct 2015 through 14 Oct 2016 0005AAPreventive Maintenance and Repair of Gas Detection System2 Each 0005ABPreventive Maintenance and Repair of CO Detector Vacuum2 Each 0005ACParts for Gas Detection System (Do not price)1 Lot 0005ADParts for CO Detector Vacuum (Do not price) 1 Lot 0005AEEmergency Service for Gas Detection System (Do not price) 1 Lot 0005AFEmergency Service for CO Detector Vacuum (Do not price)1 Lot (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for Preventive Maintenance and Repair of Gas Detection Equipment in accordance with the requirements of the following Statement of Work (SOW): STATEMENT OF WORK REQUIRED STANDARD OF WORKMANSHIP All work to be performed under this contract shall be performed by technicians thoroughly trained and knowledgeable in the operation and maintenance of the equipment specified. All services are to be performed in a highly professional manner. 1. The contractor shall perform preventive maintenance and repair of the equipment listed in paragraph 11. below. The contractor shall be responsible for all labor and travel expenses required for performance. These visits shall be performed during the months of March and August between the hours of 6:30 am to 3:00 pm Monday through Friday. However, these dates may be modified by mutual agreement between the government and the contractor. No services shall be performed on Saturdays, Sundays, or Holidays or outside of the hours stated unless specifically requested by a duly authorized representative of the Government. 2. The preventive maintenance service visits shall include repairing, testing, inspecting, and calibrating the equipment to meet manufacturer performance specifications. 3. The contractor shall provide all the necessary equipment including any gases needed to calibrate the sensors. However, the contractor shall not be allowed to leave any of the gases at the government s facility. The contractor shall provide an MSDS sheet for each gas to be used. 4. The contractor must, as a minimum, be accredited to ANSI/NCSL Z-540-1-1994 Standards. The contract shall also provide an annual written certification of calibration traceable back to the National Institute of Standards and Technology (N.I.S.T.). The contractor shall provide two (2) copies of the certification. to the Maintenance Services Specialist, Bldg 84 (fax 252-464-7466) and a certification sticker shall be placed on the equipment, verifying the calibration performed. All out of tolerance values shall be documented in writing, including the required tolerance as well as the out of tolerance values, and submitted to the Maintenance Services Specialist, Bldg 84, Shop 65400. 5. The contractor shall take all necessary precautions when aboard the Marine Corps Air Station Cherry Point, NC. The contractor shall adhere to all safety regulations aboard the air station. A copy of the regulations will be provided to the contractor upon request. The Government will not be liable for any damages incurred by the contractor. 6. The Government will reimburse the contractor for all replacement parts and materials. An estimated value of $2,000 for each system will be provided as Sub-Clins AC and AD of the Purchase Order for each period of performance. The price of parts in support of the calibration and repair will be billed at the contractor's cost. The contractor's current price list or invoice from the sources from which the part were purchased must be submitted in support of the cost of the parts. 7. The contractor shall provide all upgrades at no additional cost to the Government. 8. Emergency services shall be provided as needed. An estimated value of $3,000 for each system will be provided as Sub-Clins AE and AF of the Purchase Order for each period of performance. The Maintenance Services Specialist or their representative will notify the contractor when an emergency visit is needed to correct a problem which cannot wait until the regular preventive maintenance service visit. 9. While on site the contractor shall provide training to users and maintenance personnel on request. The training shall be provided at no additional cost to the Government. 10. Prior to effecting any additional emergency service, repairs, or parts not covered under this contract, the technician shall contact the Maintenance Services Specialist (252-464-7657), who in turn will contact the Contracting Officer. If determined to be in the best interest of the Government, the Contracting Officer will issue a purchase order for any required services, parts, repairs, or any other requirements not covered by this purchase order. If the contractor fails to comply with this requirement the Government will be under no obligation to reimburse the contractor for any authorized costs. 11. EQUIPMENT TO BE MAINTAINED 1.INDIVIDUAL GAS SENSORS (14 EACH) QUADGARD CONTROL PANELS (5 EACH) HF RETRANSMISSION LOOPS (2 EACH). Location: Shop 93201, Building 4225 2.CO DETECTOR, VACUMN 120 PN # 4543310 SN # ERTN-0002 Location: Shop 94403, Building 137 12. Identification of Contractor Personnel. Contractor personnel shall identify themselves as contractor personnel by introducing themselves or when being introduced. Contractor personnel shall display distinguishing badges or other visible identification for meeting with Government personnel. Contractor personnel shall appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. (vii) It is the intent of the government to establish a purchase order to provide these services for a base period of one year, beginning 15 October 2011, with provisions for four one-year options. All services shall be performed at the Fleet Readiness Center (FRC) East, MCAS Cherry Point, NC 28533. (viii) Vendor s quote shall include their quoted firm-fixed unit and extended price for preventive maintenance for each period of performance. The vendor s quote shall also include their standard labor rates on emergency service visits. The vendor s quote shall also provide information that demonstrates the ability of their company to perform the services in accordance with the requirements of the Statement of Work. The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable vendor is a vendor that demonstrates the ability to perform all requirements of the Statement of Work set forth herein. (ix) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (x) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.204-7 Central Contractor Registration FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment, and, 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services. FAR 52.222-50 Combating Trafficking in Persons FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A Central contractor Registration (52.204-7) Alternate A DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. 252.247-7023 Transportation of Supplies by Sea. DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous materials DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7010 levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7003 Notification of Potential Safety Issues (xi) The following clauses are hereby incorporated in full-text and are to remain in full force in any resultant purchase order: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil/VFFARA.HTM (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 any time prior to the expiration date of the contract. (End of clause) 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 at least 30 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar 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 five (5) years. (xii) Additional purchase order requirements and terms and conditions: (a) ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. (b) ACCESS TO FLEET READINESS CENTER (FRC) EAST Access to FRC East: For security purposes, contractors wishing to visit the FRC East facility are required to provide a letter requesting access. The letter should be on official company/activity letterhead and must be signed by an official of the requesting organization (other than the visitor). FRC East visit requests must include the following information: Name of Visitor (Last, First, MI) Date and Place of Birth Proof of Citizenship (requests from non-U.S. citizens must be accompanied by legible copies (front and back) of work card showing expiration date. FRC East point of contact and telephone number (*insert name and phone # for PM) Date and duration of visit Company telephone and FAX numbers and contract number and dates Contract number *M00146-XX-X-XXXX * To be provided at time of award. (c) Visit requests must be addressed to: Commanding Officer Attn: Visitor Control (Code 6.5.2) Fleet Readiness Center East PSC Box 8021 Cherry Point, NC 28533-0021 (d) Visit request must be faxed to 252.464.8867 at least three (3) working days prior to the visit. (e) Additional information regarding access to the Air Station and FRC East is available by phone at 252.464.7397 or by accessing the FRC East web-site at https://www.navair.navy.mil/frce/visinfo.html. Failure to submit the proper visit request information may result in denial of access to the facility. 2. The MCAS Cherry Point main gate is located off NC State Highway 101, Havelock, NC. Visitors without proper vehicle identification are required to check-in at the visitor s center adjacent to the main gate. 3. Contractors are required to wear personal protective equipment (PPE) consisting of hearing protection, eye protection, and safety shoes. PPE will not be provided by the facility. Contractor representatives without the appropriate PPE will not be allowed access to the facility. 4. Contractors shall comply with FRC East Instruction 5000.1 relating to Visitor/Contractor Site Specific Rules and Compliance. A copy of this instruction is available upon request to the Contracting Office. (c) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xiii) The Defense Priorities and Allocations Systems (DPAS) assigned rating is DO-S1. (xiv) Quotes submitted in response to the notice must be received no later than 3:00 p.m., EST on 23 Sep 2011. Quotes may be e-mail to angela.f.little@usmc.mil ; faxed to 252.466.3571, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 a.m. and 4:00 p.m EST. (xv) Point of Contact for information regarding this solicitation: Angela Little, Contract Specialist, Phone 252.466.4415 Fax 252.466.3571, Email angela.f.little@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611QX943/listing.html)
 
Record
SN02571190-W 20110912/110910233806-291c3ae59fd82b679794bf6f4418f2d1 (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.