SOLICITATION NOTICE
J -- Quarterly on-site factory verification and repair of the 12 point RKI Pioneer-16R Detection System and RKI Gas Detection System
- Notice Date
- 3/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
- ZIP Code
- 00000
- Solicitation Number
- M0014611QX028
- Response Due
- 4/7/2011
- Archive Date
- 5/7/2011
- Point of Contact
- James M. Rhodes 252-466-2895
- E-Mail Address
-
james.m.rhodes2@usmc.mil
(james.m.rhodes2@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial services 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) Solicitation No. M00146-11-Q-X028 is hereby issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 98-120. (iv) This acquisition is set-aside 100% for small businesses. The North American Industry Classification System Code is 334519 with a small business size standard of 500 employees. (v) Contract line item numbers, quantities, and units of issues: 0001On-Site Verification and Repair for the period of 01 May 2011 through 30 April 2012 0001AAPreventive Maintenance of Systems4Quarters 0001ABEmergency Service Visit1Each 0001ACRepair Parts1Lot 0002On-Site Verification and Repair for the period of 01 May 2012 through 30 April 2013 0002AAPreventive Maintenance of Systems4Quarters 0002ABEmergency Service Visit1Each 0002ACRepair Parts1Lot 0003On-Site Verification and Repair for the period of 01 May 2013 through 30 April 2014 0003AAPreventive Maintenance of Systems4Quarters 0003ABEmergency Service Visit1Each 0003ACRepair Parts1Lot 0004On-Site Verification and Repair for the period of 01 May 2014 through 30 April 2015 0004AAPreventive Maintenance of Systems4Quarters 0004ABEmergency Service Visit1Each 0004ACRepair Parts1Lot 0005On-Site Verification and Repair for the period of 01 May 2015 through 30 April 2016 0005AAPreventive Maintenance of Systems4Quarters 0005ABEmergency Service Visit1Each 0005ACRepair Parts1Lot (vi) The Fleet Readiness Center (FRC) East, Cherry Point, NC has a requirement for Quarterly On-site Factory Verification and Repair of a 12 Point RKI Pioneer-16R Detection System and a RKI Gas Detection System. STATEMENT OF WORK All work to be performed under this contract shall be performed by technicians thoroughly trained and knowledgeable in the operation and maintenance of the equipment specified. All services are to be performed in a highly professional manner. 1. Contractor shall perform a Quarterly on-site factory verification and repair visit (including all labor and travel expenses) of the 12 point RKI Pioneer 16R Detection System located in Building 4035 and the RKI Gas Detection system located in Building 1005. These visits shall be performed during the months of May, August, November, and February between the hours of 6:30 am to 3:00 pm Monday through Friday, unless these dates are modified by mutual agreement of both the government and the contractor. No services shall be performed on Saturdays, Sundays, or Holidays or on overtime unless specifically requested by a duly authorized representative of the Government. 2. The service visit shall not exceed twelve (12) working hours and shall include repairing, testing, inspecting, and factory verification of the systems (INCLUDING THE HCN, 02 SENSORS, ALARMS, and AN ADDITIONAL GASES NECESSARY) to meet manufacturer performance specifications. The cost for the service visits shall include labor, travel, per diem, and rental car expenses. 3. The contractor shall bring in all the necessary gases needed for verification of the sensors; however, the contractor shall not be allowed to leave any of the gases at the depot. The contractor shall provide an MSDS sheet for each gas. 4. The contractor shall verify to factory specifications of the sensors using certified cyanide and all other gases used for testing will be certified. 5. The contractor shall take all necessary precautions when transporting the gases aboard the Marine Corps Air Station Cherry Point, NC. The contractor shall adhere to all safety regulations aboard the air station, if requested a copy of the regulations will be provided to the contractor. The Government will not be liable for any damages incurred by the contractor. 6. The contract shall provide all new and warranty parts (including shipping & handling charges) on an as needed basis, the total of which shall not exceed $5,000 per year (to be billed against line items 0001AC, 0002AC, 0003AC, 0004AC, and 0005AC, depending on the period of performance). 7. Repair or emergency service shall not exceed the amount of line items 0001AB, 0002AB, 0003AB, 0004AB, and 0005AB for each performance period). The Maintenance Services Specialist will notify the contractor when an emergency visit is needed to correct a problem, which cannot wait until the regular preventative maintenance visit occurs. 8. Prior to effecting any additional emergency service, repairs, or parts not covered under this contract, the technician shall contact the Maintenance Services Specialist (252-464-7657), who in turn will contact the Contracting Officer. The Contracting Officer will issue a purchase order, if in the best interest of the Government for the required services, parts, repairs, and any other requirements not covered by this contract. Failure to comply with this requirement will constitute an unauthorized commitment and the Government will be under no obligation to reimburse the contractor. 9. EQUIPMENT TO BE VERIFIED TO FACTORY SPECIFICATIONS (a) PLATING FACILITY/BUILDING 4035, SHOP 93500 CHANNEL 1 SERIAL NUMBER: PR-34001-2 CHANNEL 3 SERIAL NUMBER: PR-34001-1 CHANNEL 4 SERIAL NUMBER: PR-34001-6 CHANNEL 5 SERIAL NUMBER: PR-34001-7 (52021327-09) CHANNEL 6 SERIAL NUMBER: PR-34001-4 (52021327-04) CHANNEL 11 SERIAL NUMBER: PR-34001-3 (52021327-12) CHANNEL 12 SERIAL NUMBER: PR-34001-3 (52021327-10) (b) UPPER RACK SERIAL NUMBER: 90764 (c) INDUSTRIAL WASTE TREATMENT PLANT/BUILDING 1005 3 EACH HYDROGEN SULFIDE GAS SENSORS 5 EACH HYDROGEN CYANIDE GAS SENSORS (vii) It is the intent of the government to establish a purchase order to provide these services for a base period of one year, beginning 01 May 2011, with provisions for four one-year options. All services shall be performed at the Fleet Readiness Center (FRC) East, MCAS Cherry Point, NC 28533. (viii) Vendor s quote shall include their quoted firm-fixed unit and extended price for preventive maintenance and emergency services for each period of performance. The vendor s quote shall also provide information that demonstrates the ability of their company to perform the services in accordance with the requirements of the Statement of Work. The Government will award a purchase order resulting from this solicitation to the lowest-priced technically acceptable vendor who has a satisfactory past performance record. A technically acceptable vendor is a vendor that demonstrates the ability to perform all requirements of the Statement of Work set forth herein. (ix) The following provisions apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. (x) The following clauses apply to this acquisition and are hereby incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. DFAR 252.211-7003 Alt 1, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities. 252.232-7003 Electronic Submission of Payment Requests, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. 252.247-7023 Transportation of Supplies by Sea. (xi) The following clause is hereby incorporated in full-text and are to remain in full force in any resultant purchase order: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://www.arnet.gov/far DFARS PROVISIONS/CLAUSES are available at: http://www.acq.osd.mil/dp/dars/dfars.html (End of clause) 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 any time prior to the expiration date of the contract. (End of clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 calendar days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (xii) Additional purchase order requirements and terms and conditions: (a) ACCESS TO MARINE CORPS INSTALLATION If this contract requires performance of work aboard Marine Corps Air Station (MCAS) Cherry Point, NC, the Contractor shall request an Access Letter from the Contracting Department. The request shall be sent to Stacie Bell via email address stacie.bell@usmc.mil or via mail to Cherry Point Satellite Contracting Office, Attn: Stacie Bell, PSC Box 8018, Building 159, MCAS, Cherry Point NC 28533-0018. The request must contain the following information: A)The employer s company/business name B)Contract number and work location C)Contract expiration/termination date D)Whether the contractor employees require flight line access. If so, indicate whether vehicle gate access and/or turnstile access is required. (Normal contractor access is turnstiles only.) As a result of the above, an Access Letter will be prepared by the Contracting Office which will be forwarded via email or fax to Pass & ID and the Contractor. In addition to the above, the Contractor shall provide two separate letters as stated in paragraphs 1 and 2 below, to Pass & ID by email to [CHPT_PASS-ID_OMB@USMC.MIL] or fax (252-466-2626). All three letters are required for access to MCAS Cherry Point for commercial and contract employers and employees. 1. The Contractor shall provide a letter listing all employees (to include date and place of birth) who will be requiring access to the installation. For contractors who will be hired for a period more than 30 days, a contractor s badge is required and will be issued after the conditions outlined in this document are met. The badge must be carried or readily accessible at all times while on Station. All badges will be issued for a period NOT TO EXCEED ONE YEAR regardless of the length of the contract. Upon the expiration of the badge, the company/employee must provide a new 50 state or national criminal records check prior to being re-badged. 2. The Contractor shall also provide a letter to Pass & ID listing all employees (last, first & MI) who will be requiring access to the installation for ANY PERIOD less than 30 days. Pass & ID will then take this letter, highlight the worker s name, stamp with the Pass & ID stamp, and Criminal Records Check (CRC) Sighted stamp, which indicates that Pass & ID has sighted the criminal records check. Pass & ID will also annotate below the stamps the following statement: Valid until (expiration date) then they will initial it. This document will be issued to each worker and IS their authorization to be aboard the installation. This letter must be carried on their person or be readily accessible at all times while on Station. The Contractor shall instruct each of his employees that need access to MCAS Cherry Point to provide to Pass & ID the following items: 1. A picture ID from a state or federal agency (i.e. valid driver s license or state identification card) 2. A Social Security Card or any official document listing the SSN (letter from Social Security Administration listing the SSN, W-2 (tax form), DD-214, pay stub listing complete SSN). 3. Proof of Citizenship (if requested). Birth certificates and passports are used when necessary to verify citizenship and are never used as a means to verify social security numbers. 4. Proof of immigration status must be provided and carried on their person or be readily accessible at all times while on station if the employee is not a U. S. Citizen. 5. A copy of a CRC (National records check only) from any internet investigative service or any other investigative service company that provides a 50 state or national criminal records check and a check of the Sexual Offenders List. This records check must be a complete check covering the period from at a minimum their 18th birthday to present. The CRC must also have a statement in the records check that this is a national records check or the terminology the agency uses to indicate a national records check. The CRC cannot be more than 30 days old at the time it is presented to the Pass & ID personnel. Cost of a background check can vary anywhere from $13 to $60 based on the type or amount of services requested. CRCs may be obtained from, but not limited to the following sources (**): A)WWW.INTEGRASCAN.COM B)WWW.SENTRYLINK.COM C)WWW.INFOLINKSCREENING.COM D)WWW.PEOPLESCANNER.COM E)WWW.PUBLICRECORDS-SEARCH.COM F)WWW.SAFERPLACESINC.COM G)WWW.CASTLEBRANCH.COM H)WWW.CRIMINALCBS.COM I)WWW.INTELIUS.COM Note: In accordance with ASO 5500.14B (not an inclusive list), access will be denied if the individual: A)Is on the National Terrorist Watch List. B)Is illegally present in the United States. C)Is currently debarred or banned from military installations. D)Is a registered sex offender. E)Is a convicted felon within the past 5 years. F)Was convicted of any drug offense within the past 5 years. G)Is subject to an outstanding warrant. H)Has knowingly submitted a false/fraudulent employment questionnaire. Access may also be denied for any reason the Installation Commander deems reasonable for good order & discipline. Individuals convicted of a DUI/DWI within the past year will be allowed aboard but not be permitted to drive. Note the following: Due to recent changes with Privacy laws, security numbers shall NOT be included in the company letters being mailed, faxed or emailed to the Contracting Office and/or Pass & ID. Additionally, all criminal record checks must be hand carried by the individual worker or brought in by the supervisor. ID cards and vehicle passes issued to contractors at Camp LeJeune and New River are valid at Cherry Point. Likewise the contractor badges and vehicle decals issued at Cherry Point are valid at Camp LeJeune and New River. (**) The United States Government and the United States Marine Corps does not endorse nor are they affiliated with any of the screening services. However the Government must be able to verify/validate the information contained in the CRC via telephone or the clearance information may not be accepted. (b) The successful vendor shall be required to submit invoices electronically via the Wide Area Workflow (WAWF) system. Additional information and instructions relating to WAWF are available at https://wawf.eb.mil. (xiii) Quotes submitted in response to the notice must be received no later than 3:00 p.m., EST on 07 April 2011. Quotes may be e-mail to james.m.rhodes@usmc.mil ; faxed to 252.466.3571, or delivered via FedEx, UPS, etc. to Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 a.m. and 4:00 p.m EST. (xiv) Point of Contact for information regarding this solicitation: James Rhodes, Contract Specialist, Phone 252.466.2895, Fax 252.466.3571, Email james.m.rhodes2@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611QX028/listing.html)
- Place of Performance
- Address: Marine Corp Air Station Cherry Point, Cherry Point, NC
- Zip Code: 28533
- Zip Code: 28533
- Record
- SN02413509-W 20110401/110330235059-54726a143d2bcb171d207ed98cf70919 (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 |