MODIFICATION
66 -- Amendment 0001
- Notice Date
- 4/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment 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
- W911S612R0003
- Response Due
- 5/7/2012
- Archive Date
- 7/6/2012
- Point of Contact
- Sandra Johnson, 435-831-2756
- E-Mail Address
-
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is an amendment of the 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. Summary of Changes: 1.The response date has been changed from May 02, 2012 10:00 AM Mountain Time to May 07, 2012 10:00 AM Mountain Time. 2.The deadline for submitting past performance questionnaires (see attachment Instructions, Conditions, and Notices to Offerors) has been extended from April 19, 2012 to May 07, 2012 10:00 AM Mountain Time. 3.A deadline of May 03, 2012 10:00 AM Mountain Time has been established for submitting questions. Questions received after this deadline will not be considered. This solicitation #W911S6-12-R-0003 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This solicitation is set aside for small businesses under NAICS code 811219. The small business size standard for this NAICS code is $19.0 million. Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the procurement of services for the quarterly maintenance, quarterly software upgrades, and as-needed technical support for the Agilent systems and related software listed below. The period of performance consists of a one-year base period and two one-year option periods. Performance Work Statement: The Contractor shall provide routine scheduled quarterly on-site preventative maintenance, calibration, and diagnostic services for the listed equipment, quarterly software upgrades for the listed programs, and telephone technical support, and emergency and non-emergency repairs if /when needed for the equipment and software listed below. 1.Quarterly maintenance/calibration and software upgrade services shall be to the manufacturer's specifications to ensure that the equipment/systems are operational no less than 95% of the time during normal business hours. The Contractor shall perform quarterly diagnostics checks on each system/equipment to ensure the items are performing to the manufacturer's specifications. Should a problem be identified during the performance of this work that is not covered by the preventative maintenance agreement, the Contractor shall notify the Contracting Officer or Contracting Officer's Representative within 24 hours with a recommended course of corrective action. 2.Technical Support: In the event of total stoppage of all or part of each system, the Contractor shall provide technical support via telephone with qualified service support or technical personnel within 24 hours of notification. If the problem cannot be completely resolved to the Government's satisfaction, the Contractor shall provide on-site service within 48 hours for emergency repairs or within 72 hours for non-emergency repairs from the time of notification to proceed by the Contracting Officer. 3.Repairs: The Contractor shall perform diagnostics to identify problems and propose needed repairs. NOTE: Emergency and non-emergency repairs will be funded on an "as-needed" basis. The Contractor shall not perform repairs without notification to proceed from the Contracting Officer that funds have been secured to perform the repair/s. It is estimated that two non-emergency repairs and three emergency repairs will be needed per year. However, these estimated quantities are not a representation that the estimated number of repairs will be required or ordered. The Contractor shall respond to any repair requests by phone within 24 hours of initial notification by the Contracting Officer. Service personnel shall be on-site within 48 hours to respond to emergency repair requests. Service personnel shall be on-site within 72 hours to respond to non-emergency repair requests. The Contractor shall deliver a maintenance or repair service report within 24 hours after performing the service. Repairs shall be performed in accordance with the contractor's approved work plan (element #2 of the Mission Capability factor). The Contractor shall deliver the following reports within one work week of the preventative maintenance service: 1.Quarterly Maintenance and Calibration, 2.Quarterly Diagnostic, 3.Report of Technical Support. Reports shall include the type of work (i.e., service, repair, or maintenance) performed or results obtained. A Performance Requirements Summary (PRS) is provided below. The Government may develop and implement a Quality Assurance Surveillance Plan, an internal document, to ensure that supplies and service acquired under this Government contract conform to the contract's quality and quantity requirements. On-site work will be performed at the Chemical Testing Facility located on Dugway Proving Ground, UT. The main gate at Dugway Proving Ground is approximately 90 minutes southwest of the Salt Lake City International Airport. The Chemical Testing Facility is located approximately 10 minutes past the Dugway Proving Ground main gate. SystemQuantity LC 12007 ICPMS 75001 MS Single Quad 61302 MS TOF 62101 MS Ion Trap 63202 UC-Vis System2 GC 68902 GC 6890N17 GC 78908 MS 5975C7 MS 59752 MS 5975B3 MS 59731 UV-Vis Software1 ChemStation Software1 MSD Product ChemStation Software1 LCMSD Quad ChemStation Software1 LC/MSD TOF System Software1 The Government may remove equipment as it becomes obsolete or add equipment as newer equipment loses its warranty coverage. The Government reserves the right to negotiate equitably for equipment additions and deletions. PERFORMANCE REQUIREMENTS SUMMARY (PRS) Required Service (Objective)Performance StandardAcceptable Quality Level (AQL)Method of Surveillance (Monitoring Method)Maximum Payment for Meeting AQL Quarterly On-Site Preventative Maintenance and Calibration ServicesContractor shall perform scheduled quarterly on-site preventative maintenance in accordance with manufacturer's specifications. Equipment shall be maintained so that it is operational no less than 95% of the time during normal business hours of operation. 100% Inspection Validated Customer Complaint100 % of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Quarterly Maintenance and Calibration ReportsContractor shall provide a dated report(s) documenting the maintenance and calibration performed on each item of equipment.Within one work week of providing the Quarterly On-Site Preventative Maintenance and Calibration Services, Contractor shall provide a dated report documenting the maintenance and calibration performed on each item of equipment.100% Inspection Validated Customer Complaint100% of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Perform Quarterly Diagnostics Check on Each System / EquipmentContractor shall perform a quarterly diagnostic check (analyze for proper operation) on each system and piece of equipment. Should a problem be identified, it shall be reported to the Contracting Officer along with a recommended corrective action.Diagnostic Checks shall be completed for each system / equipment no less than 95% of time. If problem is noted, it is reported to the Contracting Officer no later than 24-hours of discovery by the Contractor. 100% Inspection Validated Customer Complaint100% of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Quarterly Diagnostic Report on Each System / EquipmentContractor shall provide a dated report(s) documenting the diagnosis for each system / equipment.Within one work week of completion of the diagnosis, a Diagnostic Report shall be provided documenting status. 100% Inspection Validated Customer Complaint100% of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Quarterly Software UpdatesContractor shall ensure quarterly software updates are performed on systems software.Software updates are completed so that equipment / systems are operational no less than 95% of the time during normal business hours of operation. 100% Inspection Validated Customer Complaint100% of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Repairs (Non-Emergency)Contractor shall provide parts, labor, travel, and shipping charges for items requiring repair. Contractor shall not bill higher than the rate indicated in the pricing table for labor hours and parts. Contractor shall complete all repairs in accordance with manufacturer's specifications. Equipment is to be fully functional and operating at manufacturer's standards. Contractor responds to telephone calls requesting repairs no later than 24-hours of initial notification to proceed by the Contracting Officer. Service personnel are on site within 72-hours of notification. By the Contracting Officer Repairs shall be accomplished so that the equipment is fully functional no less than 95% of the time during normal business hours of operation.100% Inspection Validated Customer Complaint100% of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Emergency RepairsContractor shall provide parts, labor, travel, and shipping charges for items requiring repair. Contractor shall not bill higher than the rate indicated in the pricing table for labor hours and parts. Contractor shall complete all repairs per manufacturer's specifications. Equipment is to be fully functional and operating at manufacturer's standards. Contractor responds to telephone calls requesting repairs no later than 24-hours of initial notification to proceed by the Contracting Officer. Service personnel are on site within 48-hours of notification by the Contracting Officer. Repairs shall be accomplished so that the equipment is fully functional no less than 95% of the time during normal business hours of operation.100% Inspection Validated Customer Complaint100% of quarterly amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Repair Reports (Emergency and Non-Emergency)Contractor shall provide a dated report(s) documenting the repairs that were accomplished for each system / equipment.Within one work week of completion of repair(s) the Contractor shall provide a Repair Report documenting the repairs that were accomplished. 100% Inspection Validated Customer Complaint100% of amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Technical SupportIn the event of total stoppage of all or part of a system, the Contractor shall provide technical support via telephone with qualified service, support, or technical personnel within twenty-four (24) hours of notification. If the problem cannot be completely resolved to the satisfaction of the government, the contractor shall provide onsite emergency service within forty-eight (48) hours for emergency repairs or seventy-two (72) hours for non-emergency repairs of notification to proceed by the Contracting Officer. Contractor responds to telephone calls requesting technical support no later than 24-hours of initial notification. Service personnel are on site within 72-hours of notification for non-emergency requests of the notification by the Contracting Officer to proceed. Service personnel are on site within 48-hours of notification for emergency requests of the notification by the Contracting Officer to proceed. Support and/or repairs shall be accomplished so that the equipment is fully functional no less than 95% of the time during normal business hours of operation.100% Inspection Validated Customer Complaint100% of amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Report of Technical Support ProvidedContractor shall provide a dated report documenting the service that was performed.Within one work week of completion of service, Contractor shall provide a dated report documenting the support service that was performed. 100% Inspection Validated Customer Complaint100% of amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. Personnel Reporting SystemContractor shall report manpower data elements as required by local agency requirements.Manpower data elements are timely reported 95% of the time. Data entry shall be completed by 31 OCT of each year. 100% Inspection 100% of amount due for meeting or exceeding the AQL. A 1% payment deduction will be taken for each percentage below the AQL. The contractor will provide four quarterly maintenance calibration visits for the listed systems, quarterly software upgrades, telephone technical support, and as-needed repairs during each one (1) year term of this agreement. The preventative maintenance shall include all labor, travel, repairs, parts, shipping charges, and calibration (to include calibration kits) to keep the equipment running as intended by the manufacturer. The contractor will provide a certificate of inspection and calibration for each instrument at the time of the preventative maintenance visit. The preventative maintenance visit shall be coordinated with the nominated contracting office representative (COR). In the event of total stoppage of all or part of each of the systems listed above, the contractor shall provide technical support via telephone with qualified service, support or technical personnel within twenty-four (24) hours of notification. In the event that the problem cannot be completely resolved to the satisfaction of the government, the contractor shall provide onsite emergency service within seventy-two (72) hours of the initial notification. Onsite emergency service shall include all labor, travel, repairs, parts, and shipping charges to restore the equipment to its original operating condition by qualified personnel. Damage incurred due to misuse of the equipment shall be the responsibility of the government and will pay the contractor their standard rates for repairs on a case by case basis. All preventative maintenance visits and onsite emergency service shall be performed by the contractor during normal business hours, Monday through Thursday, 7:00 am to 5:00 pm, local time. NOTE: To be considered for this solicitation, interested bidders must submit evidence to document the knowledge, skills, and abilities to perform the required work. At a minimum, bidders must submit the following: 1.Statement of experience in reference to repairing and/or providing maintenance on Applied Biosystems equipment. Please note specifically any experience with the items of equipment included in this solicitation. 2.A list of references (with contact information) of individuals who are able to verify the experience listed in the submitted statement of experience referred to in item #1. 3.Copies of any applicable training certifications. Bidders failing to provide sufficient documentation to document evidence of possessing the knowledge, skills, and abilities to perform the required work will be considered non-responsive. Interested firms wishing to respond to this solicitation must provide pricing valid for a period of sixty (60) calendar days. 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-0065. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811219 ($19) size standard in millions of dollars applies to this procurement. The following provisions and/or clauses apply to this RFQ: Local FAR Clauses: 52.000-4001, Foreign Visitors / Employees; 52.000-4002, Location of U.S. Army Dugway Proving Ground; 52.000-4003, Normal Work Hours; 52.000-4107, Security Badges and/or Protective Masks; 52.000-4949, Contractor Access to DPG; 52.204-4000, Department of Army Personnel Reporting System; 52.223-4000, Notice to Offerors - Use of Class I Ozone Depleting Substances; 52.223-4001, OSHA Standards; and 52.204-4011, Legend of Acronyms and Brevity Codes. FAR Clauses: 52.203-3, Gratuities; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; 52.212-1, Instructions to Offerors - Commercial Items; 52.219-8 Utilization of Small Business Concerns; 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 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 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; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-48, Exemption from Application of Service Contract Act for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.228-5, Insurance - Work on a Government Installation; 52.228-4001, Insurance Requirements; 52.232-18, Availability of Funds: 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-4004, Identification of Contractor Employees; 52.242-4004, Government Contractor Relationships; and 52.247-34, FOB: Destination (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022). DFARS Clauses: 252.201-7001, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. All quotes must be emailed to Sandy Johnson at sandra.j.johnson90.civ@mail.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Sandy Johnson at sandra.j.johnson90.civ@mail.mil. Questions must be received by May 07, 2012 at 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah). Questions received after this deadline will not be considered. Proposals are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, May 07, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d05f8f0bd6b30959ba258fd06ed9cea)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN02729387-W 20120426/120424234727-8d05f8f0bd6b30959ba258fd06ed9cea (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 |