Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2011 FBO #3572
SOLICITATION NOTICE

J -- Maintenance of Ling Vibration System

Notice Date
9/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-11-T-0078
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
MICC - Dugway Proving Ground
(paul.e.frailey.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: Ling Vibration System Support W911S6-10-T-0078 CLIN 0001- QTY 1 with Period of Performance (POP) = 22-SEP-2011 TO 21-FEB-2012. This requirement is for a non-personal services for the Ling Vibration System. Location for this service is: Dugway Proving Grounds, West Desert Test Center, Dugway, Utah. Equipment is located at the Carr Facility, Buildings number 3131, 3133 and Control Trailer. SEE SCOPE OF WORK BELOW: PLEASE PROVIDE PRICING IN PRICING TABLE CONTAINED IN SCOPE OF WORK This requirement is subject to availability of funding per FAR 52.232-18. Please provide quote that is good for at least 120 days. PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -0002 Informational CLIN : Personnel Reporting System. (POP) = 22-SEP-2011 TO 21-FEB-2012. Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. PLEASE BID HERE $____________________. CLIN 1001- QTY 1 with Period of Performance (POP) = POP 22-FEB-2012 TO 21-FEB-2013. This requirement is for a non-personal services for the Ling Vibration System. Location for this service is: Dugway Proving Grounds, West Desert Test Center, Dugway, Utah. Equipment is located at the Carr Facility, Buildings number 3131, 3133 and Control Trailer. SEE SCOPE OF WORK BELOW: PLEASE PROVIDE PRICING IN PRICING TABLE CONTAINED IN SCOPE OF WORK This requirement is subject to availability of funding per FAR 52.232-18. Please provide quote that is good for at least 120 days. PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -1002 Informational CLIN : Personnel Reporting System. Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. PLEASE BID HERE $____________________. CLIN 2001- QTY 1 with Period of Performance (POP) = 22-FEB-2012 TO 21-FEB-2013.. This requirement is for a non-personal services for the Ling Vibration System. Location for this service is: Dugway Proving Grounds, West Desert Test Center, Dugway, Utah. Equipment is located at the Carr Facility, Buildings number 3131, 3133 and Control Trailer. SEE SCOPE OF WORK BELOW: PLEASE PROVIDE PRICING IN PRICING TABLE CONTAINED IN SCOPE OF WORK This requirement is subject to availability of funding per FAR 52.232-18. Please provide quote that is good for at least 120 days. PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). -2002 Informational CLIN : Personnel Reporting System. 22-FEB-2013 TO 21-FEB-2014. Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. PLEASE BID HERE $____________________. SCOPE OF WORK DETAILED REQUIREMENTS: This statement of work describes the requirements for non-personal services for the Ling Vibration System Location for this service is: Dugway Proving Grounds, West Desert Test Center, Carr Facility, Buildings number 3131, 3133 and Control Trailer. a.One annual preventative maintenance visit and performance of annual maintenance for the Ling Vibration System 1022LX including all accessories: Cooling and hydraulic oil support unit, Dynamic Solutions 300KVA vibration amplifier, head expander, Team Horizontal Slip Table, centering system. Annual maintenance performed will include as a minimum: (1)Cooling and Hydraulic Support unit: replacing closed loop water in cooling unit, replacing filters and checking cooling unit for flow and pressure, check all pumps both water and hydraulic, check all hoses and fittings and replace as necessary, fill or replace hydraulic oil as required. (2)Amplifier: Clean and inspect, Check fans for vibration and electrical outputs. (3)Inspect Vibration Head: Remove shaker top seal cover and inspect flexures and over travel switch and centering sensor, replace rolling seal as required, Inspect bottom of shaker for water leaks and loose connections. Make electrical inspections and adjustments as required. (4)Slip Table: Inspect oil, hydraulic pump, bearing conditions for wear. Vendor shall submit detailed list of annual maintenance checks to be performed for this requirement as part of technical approach to this contract. Vendor shall submit a detailed list of required parts on hand for performance of annual maintenance within two months of award of contract. Parts will be provided by the Government. List to include: Item description, part number or National Stock Number, quantity required on hand for annual maintenance and proposed vendor for specialized parts. b.Two emergency repair visits. Each visit will consist of travel cost, per diem and one day on site to trouble shoot, diagnose and repair problem. Additional labor charges will be covered under repair labor. Vendor must be willing to commit to a 72 hour response time for emergency repair visit. Phone support consisting of assistance in trouble shooting and operational guidance for problems with the covered equipment. A contact number to be provided and availability of technical assistance within 3 hours from the vendor provided phone number during normal work week. If items are unable to be resolved through phone consultation a repair visit will be scheduled. Operational requirements will determine if the repair visit is an emergency visit or scheduled visit. c.Additional repair visits or repair labor charges. All parts for repairs will be purchased by the government. An on hand parts list will be provided to vendor for review upon award of contract and additional on hand parts may be purchased based upon recommendations of vendor. d.Each service price entered below in the pricing table, shall be fully burdened to include, but not be limited to: Labor, travel, lodging, mileage, per diem, general and administrative costs, etc. PRICING TABLE: Service Type$ Cost Per ServiceQty $ Total Cost Annual Preventive Maintanence1 Emergency Repair Visits2 Additional Repair Visits (scheduled)2* TOTAL $_____________ Personnel Reporting System$ ______________________ (This cost, per visit, per invoice, may be entetered to cover the labor/cost of maintaining the labor hours in the CMRA described in FAR 52.204-4000. *The Additional Repair Visits from the pricing schedule lists an "Estimated" quantity of 2. The actual quantity may be more or less. The qty of 2 is for solicitation purposes only, and shall be used to compare pricing during the solicitation phase. The actual number may be more. SURVEILLANCE PLAN Description for work contained in CLINS 0001, 1001, 2001:Surveillance MeasureAcceptable Quality LevelMonitoring Methods One preventative maintenance visits per year. Visits to include: complete system operational testing, peripheral maintenance diagnostic, cleaning, adjustments and replacement of defective parts as required, and system calibration to NIST traceable standards.COR Shall maintain PM visit schedule in file and record/verify all tasks are completed.Successfully complete the tasks as scheduled by the COR. Only 100% completion of all PM tasks are acceptable. No acceptance of invoice shall tak place if PM no fully completed.Verify the PM report/inspection against the SOW. Please call or e-mail Contract Specialist Paul Frailey w/ all questions concerning this/these item/s @ 435-831-2587 paul.frailey@us.army.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-11-T-0078. This will show all CLINS, Clauses and Contract details. The Scope of Work is to be included as an attachment to this synopsis and downloaded/viewed at FedBizzOpps. Gov. search under W911S6-10-T-0078. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-11-T-0078. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811310 ($5M) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.217-10 Option to extend contract, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003 Electronic Funding; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Ditto Area, Joint Ambient Breeze Tunnel. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil or call 435-831-2587. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), 13 SEP, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/673066f8c0154e7f88d8723c58953197)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02562700-W 20110905/110903233343-673066f8c0154e7f88d8723c58953197 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.