SOLICITATION NOTICE
J -- This is a combined synopsis/solicitation for service/maintenace of Welding Equipment Maintenance for a period of one year.
- Notice Date
- 8/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91B9411572200
- Response Due
- 8/10/2011
- Archive Date
- 10/9/2011
- Point of Contact
- Patricia Morrow, 410-278-5204
- E-Mail Address
-
ACC-APG SCRT - Aberdeen Installation
(patricia.d.morrow2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. W91B9411572200 Synopsis: This is a combined synopsis/solicitation for service/maintenace prepared in accordance with the format in 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. The combined synopsis/ solicitation number is W91B9411572200. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-46. The associated North America Industry Classification System (NAICS) Code is 811310 and the Business Size Standard is $7.0M. This requirement is designated as 100% small business set aside requirement. The Government contemplates an award of a Firm-Fixed Price purchase order under FAR 13.5 Test Program under certain Commercial Items. Basis of award will be lowest price technically acceptable for the procurement of the following service/maintenance requirement; NOTES to Offerors: FOR ALL OR ANY EQUIPMENT WITHOUT EXCEPTION must be new and manufactures warranties information must be included. JUSTIFICATION: Yearly maintenance contract (Service for a period of one year) COST BREAKOUT: Labor - Plus Parts Plus travel Request Service Contract for Electronic and Mechanical Maintenance on all equipment on attached list in Experimental Fabrication Welding Area, Building E-3516 and nitrogen manifold in Bldg E3549 for one year. This service will be performed in accordance with the attached specifications. STATEMENT OF WORK The Contractor shall provide onsite at Aberdeen Proving Ground Edgewood area (APGEA)Bldg E-3516 unless otherwise authorized, all necessary maintenance, labor (including travel time), documentation, repair parts, maintenance supplies, tools, test equipment, transportation, and other related services at the prices shown in the schedule unless otherwise specified and shall keep the equipment in good operating condition. Services required to maintain above equipment in a satisfactory condition. Normal hours of operation are from 7:30 AM to 4:00 PM EST, Monday through Friday. These welders and associated equipment are located in Building E-3516 and E3549, Edgewood Area, APG, MD and will be serviced at this location. This equipment is required on the majority of the welding jobs performed in Experimental Fabrication Division, and includes "03" priority work with short delivery requirements. Request this service be on an "as needed" and "on call" basis. Services shall include all labor, travel expenses and parts, as needed. Emergency service call response shall be within 24 hours of contractor notification and repairs must be made within 10 days of contractor inspection. Equipment listed has been maintained on a continuing basis and will be in operating condition at the beginning of the service period. If the contractor desires to conduct pre-maintenance inspection, cost must be incorporated in this schedule or absorbed by the contractor. During the maintenance service period, the government may add or delete equipment of the same type upon written notice to the contractor and at an equitable adjustment to the contract price. Equipment to be included on FY 2011 Welding Shop Maintenance Contract. EQUIPMENT FOR SERVICE CONTRACT 1.Welding Machine Rectifier Type, AC-DC Miller 350, MFG S/N KA762258 with 1A Radiator S/N KA847658. 2.Welding Machine Rectifier Type, AC-DC Miller 350, MFG S/N DA773761 with 1A Radiator S/N KA818309. 3.Airco Pulse Arc II 400, S/N RI104085, includes Airco and Cobramatic wire feeders. 4.Welder, Miller, Gold Star 400, S/N JH214373, US Tag #0607-015078, STH #901690-01-1. 5.Tote Weld Acetylene bottles, DOT #3111AK8 and 23667B, Oxygen bottle, DOT #763275, Refill and Hydrostatic Test as needed. This service to be billed against material allotment. 6.Misc. gas accessories (hoses, gages, torches, valves, safety curtains, etc.) 7.Lincoln Arc Welder, Ideal Arc SP100, S/N AC 701873. 8. Thermal Dynamics Dynapak 110, M82742A183801D. 9. OTC Micro-Tig, S/N P9577YKK1295613. 10. Soyer BMS-690 Stud Welding Machine S/N 06680 with Type PSI Stud Gun. 11.Airco Pulse ArcII 550 Power Source S/N MD-1616007, with dual wire feeders 12.Welder Cobramatic, DC Arc, 500 Amps, MDL MW300EC, S/N HF853137, US Tag #06-07-13437. 13.Cutting Equipment, Plasma Thermal Arc, Pak 40, 500 Amp OC, S/N PC 387, US Tag 06-07-013291. 14.Welder Miller Syncrowave 300-STK #902424-01-1 US Tag 06-07-015079, S/N JH246087. 15.Welding Shielding Gases. 16.Welder Hobart Mega-Flex 450 RVS, S/N 89ES06750. 17.OTC Micro-Tig, S/N P9577YKK1295613. 18.Welder Miller Syncrowave 300-STK #902424-01-2 US Tag 06-07-015080, S/N JH246085. 19.Safety equipment and accessories. 20.Miller Dynasty 700. 21.Nitrogen Manifold. Machinery as listed includes all accessories attached to existing equipment such as Tig torches, Mig torches, hoses, cables, cooling systems, etc. All upgrade or replacement and stock parts to be provided under contract. Miscellaneous accessories hoses, gages, torches, valves, safety curtains, metal grinders, tungsten grinders and power tools shall be included. NOTE: Maintenance Contractor agrees to supply an AWS Certified Welding Educator, AWS Senior Certified Welding Inspector, AWS Certified Welding Engineer and or degreed Mechanical Engineer for evaluation and consultation. Documentation of certification/training must be submitted with attached proposal. NOTES to Offerors: Offers shall submit equipment capabilities and standard warranty; this procurement is designated 100% small business set aside and lowest price technically acceptable quotes. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211.6 Brand Name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-2 Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). 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. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000 Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.211-7006 Radio Frequency Identification 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 4:30 PM EST August 10, 2011 via fax at 410-306-3910 or email to patricia.d.morrow2.civ@mail.mil at the US Army Contracting Command - Aberdeen Proving Ground, Installation Division, Attention: CCAP-SCI, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. Questions shall be submitted by 1200 PM EST, August 5, 2011 to permit the Government POC to adequately provide answers and post the responses. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) and Offerors Representations and Certifications Commercial Items (ORCA) http://orca.bpn.gov databases prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Patricia D. Morrow, Contract Administrator at patricia.d.morrow2.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3ef97440b16bf6c3540f6598c62a85f)
- Place of Performance
- Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02517763-W 20110803/110801235854-f3ef97440b16bf6c3540f6598c62a85f (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 |