Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

J -- One (1) year Tier 1 Extended Warranty Coverage Planand Training from Micro Photonics, Inc., for the existing Government-owned Micro Photonics’ SkyScan 1172 - Provision and Clauses

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX15T0266
 
Archive Date
9/24/2015
 
Point of Contact
Nathlie M Hicks, Phone: 3013943985
 
E-Mail Address
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provision and Olauses FullText (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Micro Photonics Inc., 1550 Pond Rd. ALLENTOWN, PA, 18104-2259. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (End of clause) (ii) The solicitation number is W911QX-15-T-0266. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 05 August 2015. (iv) The associated NAICS code is 541380. The small business size standard is $15 Million. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: The Government requires one (1) year Tier 1 Extended Warranty Coverage Plan (Serial Number 1172 - 12P01214) according to the Performance Work Statement (PWS) listed below in vi. Unit: One (1) Job CLIN 0002: The Government requires Training on the SkyScan 1172 according to the requirements listed in the PWS (reference vi). Unit: one (1) Job CLIN 0003: Contractor Manpower Reporting - Cost for Providing Accounting for Contract Services - ACC-APG ADELPHI 5152.237-4900, Accounting for Contract Services Requirement, is included herein; the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil (See attachment ACC-APG Adelphi Local Clauses Full Text document to view clause ACC-APG ADELPHI 5152.237-4900) (vi) Description of requirements: Performance Work Statement (PWS) Extended Warranty Coverage Plan for Micro Phontonics SkyScan 1172 micro-CT System 26 August 2015 C.1 Background The Micro Photonics model SkyScan 1172 micro computed tomography (CT) system requires an annual calibration and routine maintenance checks to ensure all micro CT system operations and safety measures are functioning properly. The Government requires annual calibration and routine maintenance checks to ensure that the results and analysis generated by the SkyScan 1172 are accurate for quality research and reporting. C.2 Requirements The Contractor shall provide preventative maintenance and calibration to include labor, travel, and parts (if necessary) to ensure that the Micro Photonics SkyScan 1172 micro CT system operates according to the Original Equipment Manufacturer (OEM) specifications. CLIN 0001: One (1) Year Tier 1 Extended Warranty Coverage Plan C.2.1.1 The Contractor shall perform the preventative maintenance and calibration services during one (1) site visit. The site visit shall be performed at a data and time approved by the Technical Point of Contact (TPOC). The preventative maintenance and calibration services shall include the following: •axle alignment test at low magnification (25μm pixel size) •axle alignment test at high magnification (2μm pixel size) •axle alignment test with the sample stage raised and lowered •geometrical correction test •flat field correction test •x-ray leakage test •provide onsite answers to customer questions on the operation of the SkyScan 1172 micro CT system C.2.1.2 The Contractor shall provide technical telephone support to ARL scientists and engineers on issues related to image data acquisition, 3D reconstruction, and analysis, of the digital radiographs. C.2.1.3 If the preventative maintenance and calibration (reference C.2.1) site visit exposes that the SkyScan 1172 requires software upgrades or repair/replacement of parts, the Contractor shall upgrade software or parts as part of the Tier 1 Warranty Coverage Plan. The Tier 1 Extended Warranty Coverage Plan from Micro Photonics shall cover all OEM parts and labor (including the x-ray source, software upgrades for added features to improve efficiency during imaging acquisition, and telephone technical support on issues related to acquisition, reconstruction, and analysis. C.2.1.4 The Contractor shall cover all parts or repairs that are directly related to the Peripheral Component Interconnect (PCI) interface card inside the computer of the SkyScan 1172. C.2.1.5 If the SkyScan 1172 requires repair, the Government will report that a site visit is necessary. The Contractor shall respond to ARL's request no later than three (3) days after receiving the Government's report that repair is required. CLIN 0002: Training C.2.2 The Contractor shall provide training to new users on the general operations of the CT system. Training shall include the following: •Introduction of the safety features •Procedures for powering up and shut down of the CT system •Install specimens onto sample holder and onto sample positioning stage •Basic software operations for acquiring digital radiographs APG-ADL-D.5152.004-4400 DISTRIBUTION STATEMENT A Approved for public release; distribution is unlimited. (vii) Period of performance: 30 September 2015 to 29 September 2016. Delivery shall be made to the U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland (MD). Acceptance shall be performed at ARL, APG, MD. The FOB point is ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A, Intent to Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) 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 (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 252.203-7000, 252.203-7005, 252.204-7011, 252.204-7012, 252.204-7015, 252.211-7003, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7012, 252.225-7031, 252.232-7003, 252.232-7010, 252.244-7000, 252.247-7023, 252.247-7022 (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-4, 52.204-16, 52.204-18 52.209-10, 52.232-40, 52.243-4, 52.246-4, 52.246-16, 52.246-20, 52.249-2, 52.249-2 Alt I, 252.204-0007, 252.204-7000, 252.211-7003, 252.211-7003 ALT I,, 52.245-2, 52.247-12, 52.246-20, 52.252-2, 52.243-1, 52.246-4, 52.246-16 52.204-7 System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) ACC-APG ADELPHI 5152.237-4900 (Manpower Reporting) APG-ADL-B.5152.204-4412 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (DEC 2002) APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010) APG-ADL-C.5152.237-4400 ARMY RESEARCH LABORATORY NON-PERSONAL SERVICES (JUL 2012); APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 09 September 2015, by email to to BOTH nathlie.m.hicks.civ@mail.mil AND jennifer.m.mun.ctr@mail.mil. Please note: OFFERS THAT DO NOT INCLUDE BOTH EMAIL ADDRESSES MAY NOT BE ACCEPTED. (xvii) For information regarding this solicitation, please contact Jennifer Mun, (301) 394-2014, jennifer.m.mun.ctr@mail.mil OR Nathlie Hicks, (301) 394-3985, nathlie.m.hicks.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db18c2a8ebaab92027704a4c47d93906)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN03867782-W 20150904/150902235618-db18c2a8ebaab92027704a4c47d93906 (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.