Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOLICITATION NOTICE

J -- Quarterly Maintenance of Water Treatment Systems - A02 - Equipment List-Full Text Attachment - A02 - Provisions and Clauses Full-Text Attachment

Notice Date
6/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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-17-T-0103
 
Archive Date
7/11/2017
 
Point of Contact
Jessica R. Camunez, Phone: 5756788283
 
E-Mail Address
jessica.r.camunez.civ@mail.mil
(jessica.r.camunez.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A02 - Provisions and Clauses Full-Text Attachment A02 - Equipment List-Full Text Attachment (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-17-T-0103. This acquisition is issued as a Request for Quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 (iv) This acquisition is set-aside for: 100% Small Business Set-Aside. The associated NAICS code is 238220. The small business size standard is: $15,000,000.00 (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 - Year 1 Four (4), Quarterly Water Treatment Maintenance Service Visits CLIN 0002 - Year 2 (Option) Four (4), Quarterly Water Treatment Maintenance Service Visits CLIN 0003 - Year 3 (Option) Four (4), Quarterly Water Treatment Maintenance Service Visits CLIN 0004 - Year 4 (Option) Four (4), Quarterly Water Treatment Maintenance Service Visits CLIN 0005 - Year 5 (Option) Four (4), Quarterly Water Treatment Maintenance Service Visits CLIN 0006 Contractor Manpower Reporting (vi) Description of requirements: PERFORMANCE WORK STATMENT Maintenance of Water Treatment Systems Army Research Laboratory (ARL) C.1 BACKGROUND: In 2002, water treatment systems were installed at ARL APG, Spesutie Island, MD, which was maintained by ARL's Department of Public Works (DPW). DPW also provided maintenance of the water treatment systems, which was included with the system installation. C.2 OBJECTIVE: ARL requires continuance of a maintenance program for the filtration of undesirable contaminants in the water systems utilized for personal as well as laboratory purposes on Spesutie Island at APG. The current water has been certified as "potable" for human use, but due to certain contaminants, especially iron, quarterly maintenance is required to ensure that damage to highly specialized equipment used in experimental operations does not occur. C.3 REQUIREMENTS: Base Year Maintenance: C.3.1 The Contractor shall perform a Quarterly Site Visit on all existing water treatment systems and applicable control units located in Buildings on Spesutie Island (14 total locations). The Technical Point of Contract (TPOC) will provide the Contractor with building number and respective building locations upon Contract Award. The Quarterly Site Visit shall include the following maintenance and testing: C.3.1.1 The Contractor shall ensure maintenance on each water treatment systems is performed at the end of each quarter. Maintenance shall include all of the following: C. 3.1.1.1 All required chemicals, feeder fills, filter changes, resin cleaning, rebedding of filters, and salts to operate the water treatment systems based upon Culligan, the original equipment manufacturer's (OEM), standards of the water treatment systems. C. 3.1.1.2 Mixing of chlorine solution and blow down of retention tanks of dissolved impurities C. 3.1.2 The Contractor shall perform water testing at each Quarterly Site Visit and make any adjustments necessary to maintain the water standards listed in Section C.3.2. C.3.1.3 The Contractor shall test the 30 or 55 gallon contact/retention tanks, depending on which unit is being serviced, to ensure that they remain fully functional in accordance with the OEM standards. Should the 30 or 55 gallon tanks fail to meet the OEM functionality standards, the Contractor shall replace the 30 or 55 gallon contract/retention tanks NLT one (1) business days after receipt of required repair/replacement items. All repair/replacement items will be purchased by the Government and provided to the Contractor prior to repair/replacement. The Contractor shall ensure approval is obtained, from the TPOC, prior to repair/replacement of any and all water systems. All repair/replacement parts will be purchased by the Government and provided to the Contractor as Government Furnished Items (GFI). C.3.2 The Contractor shall record all of the results of the Quarterly Site Visit to include service conducted, test results, and recommendations for repair or replacement and provide the results in writing to the TPOC no later than five (5) business days after each visit. C.3.2.1 If any of the water treatment system parts located in the building listed in section C.3.1 are determined to be below the OEM's standards during the Quarterly Site Visit, the Contractor shall notify the TPOC in writing the same day of the discrepancy was discovered and the need for repair and/or replacement of the water treatment system parts. If the TPOC approves of the repair and/or replacement of the water treatment system parts, the Government will purchase and provide the Contractor with the required part. The Contractor shall repair/and or replace the water treatment system part within one business day (1) after receipt of the required Government purchased part(s) from the TPOC. The Contractor shall ensure approval is obtained, from the TPOC, prior to repair of any and all water systems. All repair parts will be purchased by the Government and provided to the Contractor. C.3.2.2 If any of the water treatment systems located in the buildings listed in Section C.3.1 are determined to be below the OEM's standards, the Contractor shall return the system to the OEM's standards and notify the TPOC in writing the same day. If the Contractor is unable to return the system to the OEM's standards, they shall provide a recommendation if a new system installation is required. C.3.3 Emergency Service If the Government reports an emergency system or part failure on any of water treatment systems located in the building listed in section C.3.1, the Contractor shall respond (four (4) - seven (7) reports annually) to the Government's emergency repair call within one (1) business day of call and return the system or part to the OEM's standards. If a repair/replacement part is required, the Government will purchase and provide the Contractor with the required part. The Contractor shall repair/and or replace the water treatment system part within one business day (1) after receipt of the required Government purchased part(s) from the TPOC. C.3.4 Service Regulations The Contractor shall ensure that all disposals, installations, repair, and/or replacements of water treatment systems and parts are in accordance with Federal, State and local requirements. C.3.5 Hours of Operation Contractor personnel shall perform work during the hours of 8:00 am to 4:00 pm, Monday through Friday, excluding Federal holidays. Contractor personnel shall coordinate work schedules with the TPOC and work on-site at a time and date approved by the TPOC. To meet an emergency system or part failure, it may be necessary, from time to time, for Contractor personnel to work outside the normal hours during the course of the year. C.3.6 OPTION Year One (1) Maintenance (CLIN 0002): The Contractor shall perform quarterly maintenance in accordance with Sections C.3.1 to C.3.5 C.3.7 OPTION Year Two (2) Maintenance (CLIN 0003): The Contractor shall perform quarterly maintenance in accordance with Sections C.3.1 to C.3.5 C.3.8 OPTION Year Two (3) Maintenance (CLIN 0004): The Contractor shall perform quarterly maintenance in accordance with Sections C.3.1 to C.3.5 C.3.9 OPTION Year Two (4) Maintenance (CLIN 0005): The Contractor shall perform quarterly maintenance in accordance with Sections C.3.1 to C.3.5 C.4 SECURITY CONSIDERATIONS C.4.1 Installation Access. All vehicles and personnel are subject to search and seizure of contraband or unauthorized Government property according to AR 190-13. C.4.2 The Contractor shall safeguard Government resources according to AR 11-2. The Contractor shall be responsible for maintaining proper conduct and good discipline within contractor occupied work areas. C.4.3 APG Unescorted Access. Employee must be able to obtain a favorable background investigation to have unescorted access to the restricted area. Unescorted access into restricted areas of APG shall be granted to contractor personnel who currently possess a security clearance or who have obtained a favorable National Agency Check (NAC) or Federal Bureau of Investigation (FBI) Check. The contractor shall complete IMAP Form 1199, Application for Security Badge/Camera Pass, and FD 258, Application Fingerprint Card, for all contractor employees. Processing time for the FBI check is approximately four (4) to six (6) weeks. Before beginning work on this contract, the Contractor shall obtain required forms from the COR/TM and return the completed forms to the COR/TM within ten (10) working days. The Contractor shall advise employees that this information will be used to review criminal history records. Adverse information may result in an individual being denied security area access. The Contractor shall be responsible for delays in the progress or completion of the contract because of the Contractor employees' disqualification for security badges. Such delays will not be deemed excusable under the Default Clause and further, may be subject to the Liquidated Damages provision of this contract, if applicable. Until the FBI check is completed or a security clearance is granted, contractor personnel shall be continually escorted, into, out of, and within the restricted areas by other contractor personnel possessing a photographic security badge. C.4.4 Contractor employees and all associated sub-contractor employees requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within 14 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The Contractor shall submit certificates of completion for e4ach affected contractor employee and subcontractor employee, to the COR or the Contracting Officer, if a COR is not assigned, within 7 calendar days after completion of training by all employees and subcontractor personnel. This includes new contractor employees as they are assigned. AT Level 1 Awareness Training is available at the following website: http://jko.jten.mil. C.4.5 Contractor employees and all associated sub-contractors employees requiring access to Army installations, facilities, and controlled access areas shall provide all information 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 (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.4.6 Contractor employees and all associated sub-contractor employees that do not require CAC, but require access to a DoD facility or installation 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.4.7 Contractor employees and all associated sub-contractors requiring access to Army installations, facilities, and controlled access areas shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 14 calendar days of contract award and within 7 calendar days of new employees commencing performance with the results reported to the COR NLT 20 calendar days after contract award. C.4.8 Contractor employees with Security Clearances, per AR 381-2, Threat Awareness and Reporting Program (TARP), must receive annual TARP training by a CI agent or other trainer as specified in AR 381-2. C.5. PERSONAL/CONTRACTOR-OWNED PROPERTY The Contractor shall ensure that personal property or contractor-owned property brought on any ARL installation is clearly marked as such to preclude misidentification as Government property. Additionally, the Contractor shall ensure that personal property or Contractor-owned property meets safety specifications as set forth by Occupational Safety and Health Administration (OSHA), MOSH, and the U.S. Army. The Contractor shall ensure that all personal property or Contractor-owned property is removed from all ARL installations at the end of the period of performance. (vii) Delivery is required by September 29, 2017. Acceptance shall be performed at: U.S. Army Research Laboratory 434 Mulberry Point Aberdeen Proving Ground, MD, 21005-5001. The FOB point is: U.S. Army Research Laboratory 434 Mulberry Point Aberdeen Proving Ground, MD, 21005-5001 (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: Evaluation Criteria Water Treatment and Maintenance Army Research Laboratory, APG, MD (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance (i.e. the quality of the previous effort) need not be evaluated because this acquisition is evaluating offerors based on their level of Experience rather than Past Performance. The technical acceptability element of the evaluation will be a determination as to whether the proposed service meets the performance characteristics and specifications in the solicitation which also include proof of technical experience in the form of three (3) records of sales within the last 24 months. Be mindful that the experience requirement applies to the company itself only. Employees' individual experience may not be used to meet the minimum requirement, even if gained while working for another company. 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, or other information) necessary for the Government to determine whether the service and experience meets the performance characteristics and specifications of the requirement. Price will be evaluated based on the total proposed price, including options. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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 (JUL 2013) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-6 ROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (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): 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: Please see attachment for list of relevant equipment associated with this Request for Quote (RFQ) (xvi) Offers are due on 06/26/2017, by 10:00 AM ET to jessica.r.camunez.civ@mail.mil and steven.c.herr2.ctr@mail.mil (xvii) For information regarding this solicitation, please contact jessica.r.camunez.civ@mail.mil and steven.c.herr2.ctr@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b77fa61e2a865c344ab7afa30859c22c)
 
Place of Performance
Address: U.S. Army Research Laboratory, 434 Mulberry Point, Aberdeen Proving Ground, Maryland, 21005-5001, United States
Zip Code: 21005-5001
 
Record
SN04541348-W 20170614/170612235018-b77fa61e2a865c344ab7afa30859c22c (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.