Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

J -- Preventive Maintenance and Repairs for Metrohm Titrator - Bid Schedule

Notice Date
6/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-P-0115
 
Archive Date
7/28/2017
 
Point of Contact
Ariel J. Martin, Phone: 4438614745
 
E-Mail Address
ariel.j.martin2.civ@mail.mil
(ariel.j.martin2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Schedule must be submitted with offer. This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). The solicitation number for this Request for Quote (RFQ) is 0010996644. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard $20.5M. This is a 100% small business set-aside. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.500. This procurement will be evaluated as Brand Name or Equal, lowest price technically acceptable, for the procurement of the following services/materials. Description of Requirement: This is a non-personal services contract to provide onsite repair and maintenance to Metrohm titrators. Please see the attached Performance Work Statement (PWS) for further details. The contractor shall provide all personnel, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the requirement. Instructions for Offerors: Offerors shall submit price proposals in accordance with the structure below. Please see the attached Bid Schedule for submission form. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. 1. CLIN _001 Preventative Maintenance The contractor shall provide one (1) full service preventative maintenance on: Units covered under this contract: Metrohm titrator - 874 Oven Sample Processor - SN: 1874001009112 Metrohm titrator - 852 Titrando - SN: 1852001002175 Metrohm titrator - 848 Titrino Plus - SN: 1848001018378 Dosing Drive - 800 Dosino - SN: 180001059780 Dosing Drive - 800 Dosino - SN: 180001029740 Dosing Unit (20mL) - 807 - SN: 00845891 Dosing Unit (50mL) - 807 - SN: 01248603 Exchange Unit - 806 - SN: 01171579 Exchange Unit - 806 - SN: 01086036 2. CLIN _002, Unscheduled repairs - For repairs or upgrades outside the scope of the above scheduled maintenance, the contractor will be available to travel to the site to give a free written estimate broken down by parts and labor hours. Prior Technical Point of Contact (TPOC) approval is required before any unscheduled repairs can be completed. 3. CLIN _003 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, 'No Cost'. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. 4. Other contract requirements - Please provide two references for prior work on similar breathing air systems. 5. Contractor as an independent party and not an agent of the government shall provide all labor, parts, materials, tools, and equipment to perform preventive maintenance and service repairs to government equipment as required above by the original manufacturer recommendations. All work is to be performed during normal working hours, Monday through Thursday, 7:00 AM to 4:30 PM, and every other Friday, 7:00 AM to 3:30 PM, on days Aberdeen Test Center is open for business, unless agreed to otherwise by both parties. Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Technical Point of Contact (TPOC). 6. Contractor shall provide a comprehensive schedule for preventative maintenance and inspection of the compressed breathing air system. Contractor personnel shall be US citizens and may be subject to background investigations. 7. This Period of performance will be for one base year with the option to extend for 2 option years. 8. Applicable clauses and Provisions are as follows: 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. 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. See pricing submission structure below. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: (a) (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 12:00 P.M. EST, 29 June 2017. Please submit questions Ariel Martin, via email at ariel.j.martin2.civ@mail.mil. ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:00 P.M. EST, 13 June 2017 via email to Ariel Martin, at the following email: ariel.j.martin2.civ@mail.mil. All quotations from responsible sources will be 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. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED. Performance Work Statement (PWS) M&R contract for Metrohm Instrumentation (3) C.1 GENERAL. The objective of this contract is to provide full service maintenance support including annual preventive maintenance and calibration (certification), unlimited on-site repairs, and unlimited remote (phone/email) support for the Metrohm Karl Fischer and Acid-Base titration equipment listed in C.3 C.1.1 SCOPE. This is a non-personal services contract to provide an annual preventive maintenance and calibration and unlimited on-site repairs for the Metrohm titrators (equipment list may be found in C.3). This contract covers all necessary repairs, parts, labor, and travel expenses incurred to ensure equipment functionality based on manufacturers specifications. The Government shall not exercise any supervision or control over the contract service provider performing services herein. C.1.2 BACKGROUND. These titrators have been utilized in the Chemical Sampling and Analysis Branch within the Warfighter Directorate of Aberdeen Test Center (ATC) for 16 years. This instrumentation is used to support oil and fuel analysis and identification in support of all vehicle testing programs at ATC and can be used for other fluid analysis as necessary. C.1.3 PERIOD OF PERFORMANCE (POP). The POP shall be from June 1, 2017 to May 31, 2018 with two option years. Any changes shall only be approved by the contracting officer. C.1.4 CONTRACT TYPE. This will be Firm Fixed Price (FFP) contract. C.1.5 PLACE OF PERFORMANCE. Work shall be performed at the contractor's facility (telephone support) and/or the U.S. Army ATC, Aberdeen Proving Ground, MD (all preventive and corrective maintenance). C.1.6 WORK SCHEDULE. C.1.6.1 ATC is currently operating under an alternative work schedule. When contract performance takes place at ATC, the contractor shall perform within the hours of the government alternative work schedule. The work schedule is 8 workdays of 9 hours each, 1 workday of 8 hours, and every other Friday known as the Regular-Day-Off (RDO) as shown below. All workdays commence at 0700. M T W T F Week 1 9hrs 9hrs 9hrs 9hrs 8hrs Week 2 9hrs 9hrs 9hrs 9hrs 0hrs C.1.6.2 When contract performance takes place at ATC, work shall be performed during normal business hours. Work shall not be scheduled during the following Federal Holidays: New Year's Day, M.L. King Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. C.1.6.3 When contract performance takes place at ATC, all work shall be coordinated in advance with the Government TPOC. C.1.7 PERSONNEL. The contractor shall accomplish the assigned work by employing certified Metrohm USA service specialists with training and experience on the Metrohm titrators listed in C3 and Tiamo Software. The contractor shall provide proof of competency of service personnel to include formal certificates of training, upon request. C.1.8 SAFETY. The contractor shall provide all safety equipment required for contractor personnel operating in an industrial area in accordance with OSHA standards and ATC regulations and procedures. Contractor personnel shall have personal protective equipment in their possession at all times while performing modification services and shall utilize this equipment in accordance with OSHA standards, ATC regulations, and as conditions warrant. This shall include, but is not limited to safety shoes, hard hats, eye protection, hearing protection, work gloves and personal fall arrest systems. The Contractor shall abide by all ATC Safety Policies at no additional cost to the government. C.1.8.1 PERSONAL PROTECTIVE EQUIPMENT (PPE). All contractor personnel shall wear the appropriate PPE when in the following work areas: range areas where entrance is controlled by the Range Operations Team, industrial buildings, at construction sites, test sites and test facilities. Other areas may be reviewed to determine if hazards are present which necessitate the use of PPE. Failure to wear/use PPE may cause removal from the job site and/or seizure of non-compliant equipment/items. C.1.9 SECURITY. C.1.9.1 Usage of Privately Owned Personal Electronic Devices (PEDs) Within the Restricted Area (RA). Contractors are not authorized to bring any personally owned electronic devices into the Restricted Area (RA) without approval by ATC Security. A privately owned personal electronic device (PED) is defined as a civilian multifunction cell phone, Smartphone, personal digital assistant, tablet, blackberry, personal wireless fitness devices (PWFD), digital inventory devices and electronic recording/storage devices. Photography and recording devices of any kind is prohibited and will be strictly enforced. C.1.9.2 Reports of Adverse Information. The ATC Security Manager may deny a contractor access into APG restricted areas based upon adverse information that is discovered on that individual. C.1.9.3 Installation Access. All contractor personnel will comply with the requirements of APG Regulation 190-4, Movement Control within the Installation, for entry, exit and internal control of personnel, material and vehicles on APG. To gain access to APG, the contractor will provide a valid driver's license and a valid vehicle registration. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property in accordance with Army Regulation 190-13, The Army Physical Security Program. C.1.9.4 Access into the Restricted Area (RA). All access into the Restricted Area (RA) under this contract will be by escort only. Contractor personnel requiring access shall report to ATC Visitor Control, building 324, for visitor registration and badging. Visitor Control personnel will contact the government Point of Contact (POC) to escort the contractor in the RA. C.1.9.5 Foreign Nationals/Immigrant Aliens. Foreign nationals/immigrant aliens cannot be granted access to the Restricted Area and shall not be scheduled to perform work under this contract. C.2 APPLICABLE DOCUMENTS AND AVAILABILITY. C.2.1 APPLICABLE DOCUMENTS. None C.2.2 AVAILABILITY OF DOCUMENTS. The government will be responsible for providing the contractor all ATC and/or Department of the Army SOPs or regulations. C.3 REQUIREMENTS. The cost of the contract shall cover the following at no additional charge: a) At least one preventive maintenance (PM) / calibration visit per contract year for all equipment listed below. PM includes labor, travel, and wearable parts replacement necessary to render the equipment properly functioning according to manufacturer's specifications. PM also includes firmware updates and software updates as available. Calibration includes certifications of all system components including burets and drive units (exchange units and dosing units). Detailed PM reports and certificates of calibration shall be provided for each piece of equipment for each PM visit. b) Unlimited on-site repairs including labor, travel, and wearable parts replacement necessary to render the equipment properly functioning according to manufacturer's specifications. Detailed service reports shall be provided for each visit. c) Unlimited remote diagnostics and troubleshooting support, customer support, and application support via phone or email. d) All work shall be accomplished by certified Metrohm USA service specialists with training and experience on the Metrohm titrators listed in C3 and Tiamo Software. The contractor shall provide proof of competency of service personnel to include formal certificates of training from Metrohm, upon request. e) If equipment is removed from its original location to render service or if the equipment cannot be rendered serviceable within 15 working days of the initial repair visit, loaner equipment of the same or updated model type shall be provided for use. f) All critical wearable parts required to keep the instrumentation properly functioning and within manufacturers specifications. Only new Original Equipment Manufacturer (OEM) parts shall be used for repairs. Rebuilt parts and third party parts will not be accepted. g) All software and firmware upgrades are to be included for all covered systems. Knowledgeable telephonic support for firmware and software will be provided from 9 am to 5 pm EST Monday through Friday. Firmware and software media must be provided. h) All associated labor, per diem, mileage, and other travel related expenses incurred by the service specialists. i) List of Equipment covered under this contract: Metrohm titrator 874 Oven Sample Processor SN: 1874001009112 Metrohm titrator 852 Titrando SN: 1852001002175 Metrohm titrator 848 Titrino Plus SN: 1848001018378 Dosing Drive 800 Dosino SN: 180001059780 Dosing Drive 800 Dosino SN: 180001029740 Dosing Unit (20mL) 807 SN: 00845891 Dosing Unit (50mL) 807 SN: 01248603 Exchange Unit 806 SN: 01171579 Exchange Unit 806 SN: 01086036 C.4 DELIVERABLES AND DELIVERY SCHEDULE: Detailed service reports for each visit shall be provided within 3 business days of visits. C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES None C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide all facilities, equipment, automation systems, materials and services required for satisfaction of the contract terms. C.5 NON-PERSONAL SERVICE STATEMENT. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). C.6 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, Contractor Manpower Reporting Application (CMRA), for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via CMRA. The contractor is required to completely fill in all required data fields using the following web address: https://cmra.army.mil Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on 'Send an email' which is located under the Help Resources ribbon on the right side of the login page of the Contractor Manpower Reporting website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03b1b113bacf7b02866a5c396b37ec27)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005-5059, United States
Zip Code: 21005-5059
 
Record
SN04542833-W 20170615/170613234957-03b1b113bacf7b02866a5c396b37ec27 (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.