Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
MODIFICATION

N -- Repair and maintenance of one (1) 60 Hertz (Hz) 13,800 Volts Alternating Current (VAC) to 4160 VAC Delta-Wye, 3000 Kilo Volt Amp (kVA), ASEA Brown Boveri (ABB) unit substation

Notice Date
1/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
334416 — Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0019
 
Archive Date
2/20/2016
 
Point of Contact
Cristina M. Watkins, Phone: 3013942529
 
E-Mail Address
cristina.m.watkins.civ@mail.mil
(cristina.m.watkins.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
*The purpose of Ammendment W911QX-16-T-0019-0002 is to extend the solicitation response date to ensure the solicitation remains open while additional documentation is prepared and approved for public release. Ammendment W911QX-16-T-0019-0003 and additional documentation is forthcoming. (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. (ii) The solicitation number is W911QX-16-T-0019. This acquisition is issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2015-85 Effective 04 December 2015. (iv) The associated NAICS code is 334416. The small business size standard is 500. (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 Contractor shall provide repair and maintenance services for one (1) 60 Hertz (Hz) 13,800 Volts Alternating Current (VAC) to 4160 VAC Delta-Wye, 3000 Kilo Volt Amp (kVA), ASEA Brown Boveri (ABB) unit substation in accordance with the Performance Work Statement (PWS), QTY (1) Job CLIN 0002 (OPTION YEAR ONE (1)) The Contractor shall perform two (2) maintenance inspections during the year at six (6) month intervals. The Contractor shall maintain and repair any outstanding issues found during the inspections and keep the unit substation operating at OEM specifications in accordance with the Performance Work Statement (PWS), QTY (1) Job CLIN 0003 (OPTION YEAR TWO (2)) The Contractor shall perform two (2) maintenance inspections during the year at six (6) month intervals. The Contractor shall maintain and repair any outstanding issues found during the inspections and keep the unit substation operating at OEM specifications in accordance with the Performance Work Statement (PWS), QTY (1) Job CLIN 0004 Contractor Manpower Reporting CLIN 0005 DATA (vi) Description of requirements: Performance Work Statement (PWS) 13.8-4160 Transformer-Disconnect Repair Adelphi, MD Army Research Laboratory - Sensors and Electron Devices Directorate C.1 BACKGROUND: This PWS outlines the repair of an existing concrete pad mounted, 60 Hertz (Hz), 13,800 Volts Alternating Current (VAC) to 4160 VAC Delta-Wye, 3000 Kilo Volt Amp (kVA), ASEA Brown Boveri (ABB) unit substation that is used at the Power Electronics facility in building 500 at the Army Research Laboratory, Adelphi Laboratory Center (ALC), Adelphi MD 20783. The 13,800 VAC VersaSwitch on the high side of the transformer was severely damaged due to an animal induced flash over event across two (2) of the three (3) phases. The event damaged multiple fiberglass interphase barriers, busbar assemblies, 18 kilovolt (kV) surge arrestors, A155C2D0R0-125E fuses, porcelain standoff insulators and cables in the VersaSwitch Cabinet. The three (3) phase, type Restricted Substance List (RSL), oil insulated unit substation transformer's primary to secondary windings were tested and deemed to be below industry accepted limits for breakdown. The Medium-Voltage Vacuum Power Circuit breakers contained in the 4160 VAC cabinet were inspected and found to be exposed to rodent activity and will therefore require testing and a maintenance action to ensure proper operation. The Period of Performance (PoP) for this requirement is anticipated to be three (3) months after contract award and two (2) option years. C.2 OBJECTIVE: The Contractor shall provide all certified trained labor, documentation, tools, and equipment to return the functionality of the 13,800 VAC to 4,160 VAC unit substation to its original state of operation. C.3 REQUIREMENT: C.3.1 The Contractor shall send all repair personnel to building 500 at the US Army Research Laboratory (ARL), ALC located at 2800 Powder Mill Rd. Adelphi, MD 20783, to perform on-site inspection and repair of the damaged unit substation. C.3.2 The Contractor shall provide all parts, labor, and materials necessary to replace or repair the damaged unit substation 13,800 VAC, fused-disconnect, VersaSwitch returning it to its original state of operation. C.3.2.1 The Contractor shall install all panels and guards properly to prevent future animal encroachment into the enclosure. C.3.2.2 The Contractor shall only use replacement parts that function in a manner consistent with the Original Equipment Manufacturer (OEM) parts if OEM parts are not available. C.3.3 The Contractor shall provide all parts, labor, and materials necessary to replace or repair the 3000 kVA, three (3) phase, type RSL, oil insulated unit substation transformer returning it to its original state of operation. C.3.3.1 The Contractor shall only use replacement parts that function in a manner consistent with the OEM parts if OEM parts are not available. C.3.3.1 The Contractor shall be responsible for all rigging operations and removal of all transformer fluids from the ALC facility. C.3.4 The Contractor shall inspect, test and complete a standard maintenance action on the Medium-Voltage, 4,160 VAC, Vacuum Power, Circuit breaker. C.3.5 The Contractor shall inspect and replace all cables which tie into the primary 13,800 VAC feeder located in the building 500 power feed man-hole located between Floral drive and building 500. C.3.6 The Contractor shall remove all failed equipment and debris from the ALC installation. C.3.7 The Contractor shall ensure all replaced or repaired equipment powers up to a functional state of operation. C.3.8 The Contractor shall be present when primary power is restored to the substation to ensure satisfactory operation. C.4 WARRANTY The Contractor shall unconditionally warrant the repairs made in C.3.1 through C.3.8 above for: Parts - One (1) year after repair. Labor - One (1) year after repair. C.5 DELIVERABLES/DOCUMENTATION: C.5.1 The Contractor shall provide a final report of all the repairs no later than four (4) weeks after work completion. The Contractor shall ensure that the report includes a list of all the items replaced and repaired on the 13,800 kVAC to 4,160 VAC unit substation with their respective part or inventory numbers. The Contractor shall submit the report via electronic transmission to the Government. The Government will provide specific transmission instructions to the Contractor no later than two (2) weeks after contract award. C.6 TRAVEL: To the maximum extent possible, the Contractor will provide electronic media over existing secure high bandwidth or other secure communications links rather than by Contractor travel. When travel between the Contractor's facility, ARL, and various Continental United States (CONUS) locations are required; the Contractor shall ensure that all travel is performed in accordance with the Joint Travel Regulations (JTR). The Contractor shall request approval for travel from the Contracting Officer Representative (COR) in writing two (2) weeks prior to scheduling the travel arrangements. The COR will provide approval in writing no later than (NLT) one (1) week after receipt of travel request. C.7 CONFORMANCE TO CODES AND STANDARDS: The Contractor shall ensure all electrical work conforms to requirements of the National Electrical Code - 2014. C.8 HOURS OF OPERATION: C.8.1 The Contractor personnel shall work Monday through Friday, eight (8)-hour days covering core work hours of 0900-1500 excluding Federal holidays unless otherwise directed by the COR during the inspection and installation phase of the contract. C.8.2 The Contractor personnel shall work eight (8)-hour days Saturday through Sunday covering core work hours of 0900-1500 excluding Federal holidays unless otherwise directed by the COR during the tie-in and testing phase of the contract. C.9 SAFETY: The Contractor personnel shall follow all safe work practices as dictated by the National Fire Protection Association (NFPA)-70E 2015 and all applicable Occupational Safety & Health Administration (OSHA) standards. C.10 ANTI-TERRORISM/OPERATIONAL SECURITY (AT/OPSEC): C.10.1 Contractor employees and all associated sub-contractor employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by the COR as Government Furnished Information (GFI) at contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable) such as wearing of ID Badges etc. The Contractor shall also provide all information locally required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by the COR based on Department of Defense (DOD), Headquarters, Department of the Army (HQDA), and/or local policy. In addition to the changes otherwise authorized by the changes clause of the contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the COR may require changes in Contractor security matters or processes. During FPCON Charlie and Delta and other required postures such a Lockdown, Shelter In Place (SIP) or Evacuation, Contractor employees will resume work as soon as possible after the FPCON has been lowered or the posture returned to normal operations. This pertains to real situations and exercises. C.10.2 Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.11 OPTION YEARS C.11.1 CLIN 0002 - OPTION YEAR ONE (1) The Contractor shall perform two (2) maintenance inspections during the year at six (6) month intervals. The Contractor shall maintain and repair any outstanding issues found during the inspections and keep the unit substation operating at OEM specifications. C.11.2 CLIN 0003 - OPTION YEAR TWO (2) The Contractor shall perform two (2) maintenance inspections during the year at six (6) month intervals. The Contractor shall maintain and repair any outstanding issues found during the inspections and keep the unit substation operating at OEM specifications. C.12 DISTRIBUTION C.12.1 The Contractor shall distribute this PWS in accordance with the following distribution statement: Distribution Statement A: 1. Approved for public release; distribution is unlimited. SITE VISIT Offerors/Bidders are urged to attend a site visit on 07 January 2016 at 10:00 AM to satisfy themselves regarding all general and local conditions that may affect the cost of performance. While attendance is not mandatory, it is strongly encouraged. If interested in attending, contact Cristina M. Watkins at cristina.m.watkins.civ@mail.mil no later than 5 DAYS PRIOR TO SITE VISIT DATE (30 December 2015); ONLY ONE SITE VISIT WILL BE OFFERED. (vii) Delivery for CLIN 0001 is required within three (3) months After Receipt of Order (ARO). Delivery shall be made to US Army Research Laboratory, Adelphi, MD. Acceptance shall be performed at the US Army Research Laboratory, Adelphi, MD. The FOB point is US Army Research Laboratory, Adelphi, 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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and/or objectives in the solicitation. Those offers that meet or exceed the stated performance characteristics and/or objectives will then be evaluated in terms of technical aspects above the minimum requirements that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance work characteristics/objectives and/or period of performance: 1. Three (3) year warranty on transformer. 2. Three (3) year warranty on labor. 3. Period of performance of three (3) months. 4. Transformer rating of 3.0 Mega Volt-ampere (MVA), 13800 Volts Alternating Current (VAC): 4160/2400 VAC, Delta-Wye, 60 Hertz (Hz), Oil Filled. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, processes or other information) necessary for the Government to determine whether the proposed effort meets or exceeds the performance characteristics and/or objectives of the requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed effort to industry or Government agencies. Past performance will consider the ability of the offeror to meet characteristics/objectives, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include five (5) records of sales from the previous twelve (12) months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (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 Reporting Executive Compensation and First Tier Subcontract Awards (July 2013), 52.204-16 Commercial and Government Entity Code Reporting (July 2015), 52.204-18 Commercial and Government Entity Code Maintenance (July 2015), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (August 2013), 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns (October 2014), 52.219-28 Post Award Small Business Program Rerepresentation (July 2013), 52.222-19 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Jul 2014), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veterans (July 2014), 52.222-50 Combating Trafficking in Persons (FAR 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011), 52.225-1 Buy American Act-Supplies (May 2014), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (November 2011), 52.232-33 Payment by Funds Transfer-Central Contractor Registration (July 2013), 52.232-36 Payment by Third Party (May 2014), 52.232-40 Providing Accelerated Payments to Small Business Contractors, 52.222-41 Service Contract Act of 1965 (May 2014), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014), 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (May 2014), 52.222-55 Minimum Wages Under Executive Order 13658 (December 2014). (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): 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (September 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-0001 Line Item Specific: Single Funding (September 2009), 252.204-7000 Disclosure of Information, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (August 2015), 252.204-7009 Limitations On Use Or Disclosure of Third Party Contractor Information (August 2015), 252.204-7011 Alternative Line Item Structure (September 2011), 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (November 2013), 252.204-7015 Disclosure of Information to Litigation Support Contractors (February 2014), 252.223-7008 Prohibition of Hexavalent Chromium (May 2011), 252.225-7000 Buy American Act-Balance of Payments Program Certificate (November 2014), 252.225-7001 Buy American and Balance of Payments Program (November 2014) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012), 252.232-7010 Levies on Contract Payments (December 2006), 252.237-7010 Prohibition On Interrogation of Detainees by Contractor Personnel (November 2010), 252.244-7000 Subcontracts for Commercial Items (June 2013), 252.246-7003 Notification of Potential Safety Issues (June 2013), 252.247-7023 Transportation of Supplies by Sea (May 2002), Full Text Clauses 52.252-1 Solicitation Provisions Incorporated by Reference (February 1998) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.205-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-H.5152.211-4401 Alt I Receiving Room Requirements- ALC (September 2003) APG-ADL-H.5152.237-4403 Work Hours (Aug 1999) APG-ADL-H.5152.237-4404 Identification of Contractor Employees (Jul 2004) APG-ADL-H.5152.237-4405 Government-Contractor Relationships (Aug 2008) APG-ADL-H.5152.246-4401Key Personnel (Feb 2000) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) ACC-APG 5152.237-4900 Accounting For Contract Services Requirement - Enterprise-Wide Contractor Manpower Reporting Application (June 2013) APG-ADL-C.5152.237-4400 Army Research Laboratory Non-Personal Services (Jul 2012) APG-ADL-D.5152.004-4400 Distribution Statement A (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 05 February 2016, by 10:00AM Eastern Time by email at cristina.m.watkins.civ@mail.mil (xvii) For information regarding this solicitation, please contact: Cristina M. Watkins, Contract Specialist, Email: cristina.m.watkins.civ@mail.mil, Tel: 301-394-2529
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1c35c811345d6071b4ca41b157df091)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04000065-W 20160127/160125234040-c1c35c811345d6071b4ca41b157df091 (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.