Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

66 -- Maintenance and Repair of Analytical Equipment

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-T-0210
 
Response Due
7/11/2013
 
Archive Date
8/25/2013
 
Point of Contact
Brian Mack, 443-861-4773
 
E-Mail Address
ACC-APG - Installation Division
(brian.mack@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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-13-T-0210. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-68, as of 26 June 2013. This requirement is for preventative maintenance, repair service and technical support of Government owned equipment. The associated North America Industry Classification System (NAICS) Code is 811219 and the Business Size Standard is $19 million. The Government contemplates award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable. Description of Requirement: Provide full-service preventative maintenance support, unlimited on-site repairs, on-line technical support, and telephone assistance to resolve technical problems to a suite of Government owned instruments. See attached Performance Work Statement for details as well as the full equipment list. The period of performance for this requirement will be for a base and two option years. CLIN 0001 Preventative Maintenance and Instrument Service The contractor shall provide on-site preventive maintenance and instrument service for all equipment specified in the Performance Work Statement. The timing will be scheduled by mutual agreement between the Government and the Contractor. Remedial Maintenance: Contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). Contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. CLIN 0002 Preventative Maintenance and Instrument Service Option Year 1 The contractor shall provide on-site preventive maintenance and instrument service for all equipment specified in the Performance Work Statement. The timing will be scheduled by mutual agreement between the Government and the Contractor. Remedial Maintenance: Contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). Contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. CLIN 0003 Preventative Maintenance and Instrument Service Option Year 2 The contractor shall provide on-site preventive maintenance and instrument service for all equipment specified in the Performance Work Statement. The timing will be scheduled by mutual agreement between the Government and the Contractor. Remedial Maintenance: Contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). Contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. 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. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 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 if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) 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 Government Accountability 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. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. ALL QUESTIONS MUST BE SUBMITTED no later than 8 July 2013 at 10:00 AM EST. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 10:00 AM EST 11 July 2013 via email to MAJ Brian Mack, brian.w.mack4.mil@mail.mil located at the US Army Contracting Command, Aberdeen Proving Ground, Tenant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD 21005-1846. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning the Request for Proposal contact MAJ Brian Mack, via e-mail at brian.w.mack4.mil@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f059a2aef0de726f0ed164c5b2271eb)
 
Place of Performance
Address: Aberdeen Test Center, Aberdeen Proving Grounds BLDG E5246 Hoadley Road Aberdeen Proving Ground MD
Zip Code: 21010
 
Record
SN03099989-W 20130628/130626234828-8f059a2aef0de726f0ed164c5b2271eb (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.