Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

66 -- Maintenance of Agilent Equipment - W911S6-12-R-0003

Notice Date
4/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-R-0003
 
Archive Date
5/17/2012
 
Point of Contact
Sandra Johnson, Phone: 435-831-2756, Paul Frailey, Phone: 435-831-2587
 
E-Mail Address
sandra.j.johnson90.civ@mail.mil, paul.e.frailey.civ@mail.mil
(sandra.j.johnson90.civ@mail.mil, paul.e.frailey.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W911S6-12-R-0003 10. Visitor Guide 9. Specific Relevant Contracts 8. Past Performance Questionnaire 7. Questionnaire Cover Letter 6. Subcontractor Consent Form 5. Evaluation Factors for Award 4. Instructions 3. Pricing Schedule 2. Performance Requirements Summary 1. List of System Components This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested; proposals are being requested and a written solicitation will not be issued. Solicitation #W911S6-12-R-0003 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This solicitation is set aside for small businesses under NAICS code 811219. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($19) size standard in millions of dollars applies to this procurement. Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the procurement of services for the quarterly maintenance, quarterly software upgrades, and as-needed technical support for the Agilent systems and related software listed below. The period of performance consists of a one-year base period and two one-year option periods. The anticipated period of performance will be June 1, 2012 - May 31, 2013 for the base period. Option periods one and two are anticipated to renewed annually for the same calendar dates on the following two years. Option periods are subject to the availability of funds in accordance with FAR 52.232-18. Performance Work Statement: The Contractor shall provide routine scheduled quarterly on-site preventative maintenance, calibration, and diagnostic services for the listed equipment, quarterly software upgrades for the listed programs, and telephone technical support, and emergency and non-emergency repairs if /when needed for the equipment and software listed below. 1. Quarterly maintenance/calibration and software upgrade services shall be to the manufacturer's specifications to ensure that the equipment/systems are operational no less than 95% of the time during normal business hours. The Contractor shall perform quarterly diagnostics checks on each system/equipment to ensure the items are performing to the manufacturer's specifications. Should a problem be identified during the performance of this work that is not covered by the preventative maintenance agreement, the Contractor shall notify the Contracting Officer or Contracting Officer's Representative within 24 hours with a recommended course of corrective action. 2. Technical Support: In the event of total stoppage of all or part of each system, the Contractor shall provide technical support via telephone with qualified service support or technical personnel within 24 hours of notification. If the problem cannot be completely resolved to the Government's satisfaction, the Contractor shall provide on-site service within 48 hours for emergency repairs or within 72 hours for non-emergency repairs from the time of notification to proceed by the Contracting Officer. 3. Repairs: The Contractor shall perform diagnostics to identify problems and propose needed repairs. NOTE: Emergency and non-emergency repairs will be funded on an "as-needed" basis. The Contractor shall not perform repairs without notification to proceed from the Contracting Officer that funds have been secured to perform the repair/s. It is estimated that two non-emergency repairs and three emergency repairs will be needed per year. However, these estimated quantities are not a representation that the estimated number of repairs will be required or ordered. The Contractor shall respond to any repair requests by phone within 24 hours of initial notification by the Contracting Officer. Service personnel shall be on-site within 48 hours to respond to emergency repair requests. Service personnel shall be on-site within 72 hours to respond to non-emergency repair requests. The Contractor shall deliver a maintenance or repair service report within 24 hours after performing the service. Repairs shall be performed in accordance with the contractor's approved work plan (element #2 of the Mission Capability factor). The Contractor shall deliver the following reports within one work week of the preventative maintenance service: 1. Quarterly Maintenance and Calibration, 2. Quarterly Diagnostic, 3. Report of Technical Support. Reports shall include the type of work (i.e., service, repair, or maintenance) performed or results obtained. A Performance Requirements Summary (PRS) is provided below. The Government may develop and implement a Quality Assurance Surveillance Plan, an internal document, to ensure that supplies and service acquired under this Government contract conform to the contract's quality and quantity requirements. On-site work will be performed at the Chemical Testing Facility located on Dugway Proving Ground, UT. The main gate at Dugway Proving Ground is approximately 90 minutes southwest of the Salt Lake City International Airport. The Chemical Testing Facility is located approximately 10 minutes past the Dugway Proving Ground main gate. System Quantity LC 1200 7 ICPMS 7500 1 MS Single Quad 6130 2 MS TOF 6210 1 MS Ion Trap 6320 2 UC-Vis System 2 GC 6890 2 GC 6890N 17 GC 7890 8 MS 5975C 7 MS 5975 2 MS 5975B 3 MS 5973 1 UV-Vis Software 1 ChemStation Software 1 MSD Product ChemStation Software 1 LCMSD Quad ChemStation Software 1 LC/MSD TOF System Software 1 The Government may remove equipment as it becomes obsolete or add equipment as newer equipment loses its warranty coverage. The Government reserves the right to negotiate equitably for equipment additions and deletions. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-11-T-0065. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($19) size standard in millions of dollars applies to this procurement. Attachments: 1. List of System Components 2. Performance Requirements Summary 3. Pricing Schedule 4. Instructions. Conditions, and Notices to Offerors 5. Evaluation Factors for Award 6. Subcontractor/Teaming Partner Consent Form 7. Past Performance Questionnaire Cover Letter 8. Past Performance Questionnaire 9. Specific Relevant Contracts 10. Visitor Guide The following provisions and clauses apply to this RFP: Local FAR Clauses: • 52.000-4001, Foreign Visitors / Employees; • 52.000-4002, Location of U.S. Army Dugway Proving Ground; • 52.000-4003, Normal Work Hours; • 52.000-4107, Security Badges and/or Protective Masks; • 52.000-4949, Contractor Access to DPG; • 52.204-4000, Department of Army Personnel Reporting System; • 52.223-4000, Notice to Offerors - Use of Class I Ozone Depleting Substances; • 52.223-4001, OSHA Standards; and • 52.204-4011, Legend of Acronyms and Brevity Codes. FAR Provisions and Clauses: • 52.204-7, Central Contractor Registration; • 52.212-1, Instructions to Offerors - Commercial Items; • 52.212-2, Evaluation - Commercial Items; • 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Offerors shall include a completed copy of this provision with its offer); • 52.212-4, Contract Terms and Conditions - Commercial Items; • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; o The following clauses are incorporated by FAR 52.212-5 for this acquisition:  52.203-6, Restrictions on Subcontractor Sales to the Government;  52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards;  52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment;  52.219-6, Notice of Total Small Business Set-Aside;  52.219-14, Limitations on Subcontracting;  52.219-28, Post Award Small Business Program Representation;  52.222-3, Convict Labor;  52.222-21, Prohibition of Segregated Facilities;  52.222-26, Equal Opportunity;  52.222-35, Equal Opportunity for 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;  52.222-40, Notification of Employee Rights Under the National Labor Relations Act;  52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;  52.225-13, Restrictions on Certain Foreign Purchases (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-Central Contractor Registration;  52.222-51, Exemption from Application of the Service Contract Act for Maintenance, Calibration, or Repair of Certain Equipment - Requirements; • 52.217-9, Option to Extend the Term of the Contract; • 52.228-4001, Insurance Requirements • 52.223-5, Pollution Prevention and Right-to-Know Information; • 52.228-5, Insurance - Work on a Government Installation; • 52.232-18, Availability of Funds: • 52.237-4004, Identification of Contractor Employees; • 52.242-4004, Government Contractor Relationships; • 52.246-4, Inspection of Services - Fixed Price; • 52.246-6, Inspection - Time-And-Material and Labor-Hour; • 52.247-34, FOB: Destination (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022). DFARS Provisions and Clauses: • 252.201-7001, Contracting Officer's Representative; • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; • 252.204-7003, Control of Government Personnel Work Product; • 252.204-7004 Alt A, Central Contractor Registration; • 252.211-7003 Item Identification and Valuation; • 252.212-7000, Offeror Representations and Certifications - Commercial Items (Offerors shall include a completed copy of this provision with its offer); • 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; o The following clauses are incorporated by DFARS 252.212-7001 for this acquisition:  52.203-3, Gratuities;  252.203-7000, Requirements Relating to Compensation of Former DoD Officials;  252.225-7012, Preference for Certain Domestic Commodities;  252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program;  252.227-7015, Technical Data-Commercial Items;  252.227-7037, Validation of Restrictive Markings on Technical Data;  252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;  252.243-7002, Requests for Equitable Adjustment;  252.247-7023, Transportation of Supplies by Sea • 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; and • 252.232-7010, Levies on Contract Payments. Interested vendors wishing to respond to this solicitation shall provide a proposal and pricing valid for 60 calendar days. Please see the attachment Instructions, Conditions and Notices to Offerors and the attachment Evaluation Factors for Award for instructions and information regarding proposal submittals. Proposals are due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on April 30, 2012. Proposals may be emailed. Submit emailed proposals to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. Hardcopy proposals shall be submitted to: US Army Contracting Agency / Dugway CCMI-CHD-DG ATTN: Sandra Johnson 5330 Valdez Circle MS #1 Dugway Proving Ground, UT 84022 Please note that Dugway Proving Ground is a secure military installation. Please review the attached Visitor Guide (pg. 10) regarding installation access for hand-delivering proposals. Contact Sandy Johnson at the email or phone number listed below if hand-delivery is intended no later than 5:00 PM (prevailing local time at Dugway Proving Ground) Wednesday, April 25, 2012. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5e7bdd9df0f033096f91135afff9bd4)
 
Place of Performance
Address: Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN02713430-W 20120406/120404234728-c5e7bdd9df0f033096f91135afff9bd4 (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.