Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOLICITATION NOTICE

J -- MAINTENANCE AND CALIBRATION OF VARIED BALANCES AND COMPARATORS

Notice Date
6/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0223
 
Response Due
6/27/2012
 
Archive Date
7/12/2012
 
Point of Contact
KIMBERLY RIEDER 619-556-5239
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-12-T-0223. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-58 and DFARS-DCN 20100820. This solicitation is issued as unrestricted NAICS Code 334513 Instrument and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: On-site Preventative Maintenance and Calibration of varied Balances and Comparators in accordance with the statement of work. Period of performance: October 1, 2012 “ September 30, 2013. Line Item 0002: *OPTION YEAR 1* On-site Preventative Maintenance and Calibration of varied Balances and Comparators in accordance with the statement of work. Period of performance: October 1, 2013 “ September 30, 2014. Line Item 0003: *OPTION YEAR 2* On-site Preventative Maintenance and Calibration of varied Balances and Comparators in accordance with the statement of work. Period of performance: October 1, 2014 “ September 30, 2015. Line Item 0004: *OPTION YEAR 3* On-site Preventative Maintenance and Calibration of varied Balances and Comparators in accordance with the statement of work. Period of performance: October 1, 2015 “ September 30, 2016. Line Item 0005: *OPTION YEAR 4* On-site Preventative Maintenance and Calibration of varied Balances and Comparators in accordance with the statement of work. Period of performance: October 1, 2016 “ September 30, 2017. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the Fleet Readiness Center Southwest North Island Building 474 San Diego California 92135. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Requests for technical and or contractual clarification are to be submitted to the Purchasing Agent via email: kimberly.rieder@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than COB 5:00PM (PST) on June 27, 2012. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a quote not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible Quoting Contractor ™s whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Quotes will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, quotes will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the quote to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those quotes which meet the minimum requirements established by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those quotes determined under Factor (i) to be technically acceptable, Factor (ii), PAST PERFORMANCE, is significantly less important than Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with quoting contractors. Each initial offer should, therefore contain the quoting contractor ™s best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), IAW FAR 52.212-1(b)(4) “The contractor shall provide technical information sufficient in nature to detail their ability and approach to perform the required services under this request for solicitation. Quoting Contractor ™s technical information will be used to determine whether the items or services proposed meet the specifications included in this solicitation. Items or services quoted, as provided in Quoting Contractor ™s technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Quotes which are determined to be technically unacceptable may not be considered further for award. (c) Quoting Contractor ™s PAST PERFORMANCE information submitted as required, will be used to make a determination of whether the quoting contractor has a satisfactory record of past performance. Quoting Contractor ™s should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Quoting Contractor ™s which lack relevant past performance history will receive a neutral rating for this factor. Any quote which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other quotes. The Contracting Officer will evaluate Quoting Contractor ™s PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Quoting contractor has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the quoting contractor ™s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the quoting contractor ™s past performance. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoting contractor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. FAR 52.204-9, Personal Identity Verification of Contractor FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. 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 (Deviation). FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.217-5 Evaluation of Options. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.223-5 A1, A2 Pollution Prevention and Right to Know Information FAR 52.232-18 Availability of Funds. FAR 52.233-4 Applicable Law for Breach of Contract claim. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.225-7000 Buy American Act “ Balance of Payments Program Certificate. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. NAVSUP Clause 5252.232-9402 Wide Area Work Flow; REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Quoting contractor ™s should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. NON-NAVY OWNED CRANES The following is a list of minimum requirements that contractors shall comply with for all contracts that may result in the use of a crane for the accomplishment of work. (a)The contractor shall notify the contracting officer, in advance, of the intent of bringing a non-Navy owned crane onto a Navy shore installation. All entries shall be through a prearranged entry point. (b)The contractor shall comply with the applicable American Society of Mechanical Engineers (ASME) standards (e.g., B30.5 for mobile cranes, B30.22 for articulating boom cranes, B30.3 for construction tower cranes, and B30.8 for floating cranes). For barge mounted mobile cranes, a load indicating device, a wind indicating device, and a marine type list indicator readable in one-half degree increments are required. In addition, the contractor shall comply with specific naval crane safety and operation regulations/standards specifically required by the Navy shore installation and state or local Government. (c)The contractor shall certify that the crane and rigging gear meets applicable Occupational Safety and Health Administration (OSHA) regulations by providing a Certificate of Compliance. The Certificate, figure P-1, appendix P-1 of Naval Facilities Engineering Command (NAVFAC) P-307 śManagement of Weight Handling Equipment ť, can be downloaded from the NAVFAC Naval Crane Center website, http://ncc.navfac.navy.mil/crane/307jun03.pdf. The contractor must cite which OSHA regulations are applicable, e.g., cranes used in cargo transfer shall comply with 29 CFR 1917; cranes used in construction, demolition, or maintenance shall comply with 29 CFR 1926; cranes used in shipbuilding, ship repair, or shipbreaking shall comply with 29 CFR 1915. For cranes at Naval activities in foreign countries, the contractor shall certify that the crane and rigging gear conform to the appropriate host country safety standards. The contractor shall also certify that all of its crane operators working in the naval activity have been trained not to bypass safety devices (e.g., anti-two block devices) during lifting operations. The Certification of Compliance form shall be posted on the crane. (d) For mobile cranes with original equipment manufacturer (OEM) rated capacities of 50,000 pounds or greater, the crane operators shall be designated as qualified by a source that qualifies crane operators (i.e., union, a Government agency, or an organization that tests and qualifies crane operators). Proof of current qualification shall be provided. (e)The contractor shall certify that the crane operator is qualified and trained for the operation of the crane to be used. Certification appendix P-1, figure P-1, of NAVFAC P-307, see paragraph (c) above. (f)The contractor shall provide a critical lift plan for each of the following lifts: lifts over 75 percent of the capacity of the crane or hoist (lifts over 50 percent of the capacity of a barge mounted mobile crane ™s hoists) at any radius of lift; lifts involving more than one crane or hoist; lifts of personnel; and lifts involving non-routine rigging or operation, sensitive equipment, or unusual safety risks. The plan shall include the following as applicable: (1)The size and weight of the load to be lifted, including crane and rigging components that add to the weight. The OEM's maximum load capacities for the entire range of the lift shall also be provided. (2)The lift geometry, including the crane position, boom length and angle, height of lift, and radius for the entire range of the lift. This applies to both single and tandem crane lifts. (3)A rigging plan, showing the lift points, rigging gear, and rigging procedures. (4)The environmental conditions under which lift operations are to be stopped. (5)For lifts of personnel, the plan shall demonstrate compliance with the requirements of 29 CFR 1926.550(g) (6)For barge mounted mobile cranes, barge stability calculations identifying barge list and trim based on anticipated loading; and load charts based on calculated lists and trim. The amount of list and trim shall be within the crane manufacturer ™s requirements. (g)Contractors shall notify the contracting officer as soon as practicable, but no later than four hours after any weight handling equipment (WHE) accident (see definition in NAVFAC P-307, section 12). The contractor shall secure the accident site and protect evidence until released by the contracting officer. The contractor shall conduct an accident investigation to establish the root cause(s) of any WHE accident. Crane operations shall not proceed until the cause is determined and corrective actions have been implemented to the satisfaction of the contracting officer. (h) The contractor shall provide the contracting officer within 30 days of any accident a Weight Handling Equipment Accident Report using the form provided in NAVFAC P-307, section 12, consisting of a summary of circumstances, an explanation of causes(s), photographs (if available), and corrective actions taken. These notifications and reporting requirements are in addition to those promulgated by OPNAVINST 5100.23 and related claimant instructions. (End of clause) Offeror ™s Past Performance Data: 1. This performance data is to be used to evaluate your Company ™s past performance contract cost/price, technical and delivery objectives. 2. List performance data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have three Federal Government contracts, then list commercial, state or local contracts, in that order, to complete this report. 3. Contract Number for reference: a. Awarded by: b. Address: c. City/State/Zip: d. Contact name: e. telephone/fax: f. Contract type/contract number: g. Item or service description: h. Quantity: i. Hourly rate/Total cost: j. ___ Yes ____ No - Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? k. ___ Yes ____ No - Was, or is, any part of this contract terminated for default or involved in litigation? l. ___ Yes ____ No - Was any warranty work completed on delivered items? m. ___ Yes ____ No - Were all items delivered within the original contract schedule? n. ___ Yes ____ No - Has your Company received any quality awards in the past three year? o. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. End of Clauses/Provisions. Quotation information may be submitted electronically via e-mail. Submit responses to: kimberly.rieder@navy.mil. Reference solicitation number: N00244-12-T-0223 on all documents and requests for information. Quotes must be received no later than COB 1400 (PST) on June 29, 2012. STATEMENT OF WORK This statement identifies necessary Services and Materials to provide "On-Site" Preventive Maintenance and Calibration of varied balances and comparators at Fleet Readiness Center, Southwest, at NAVAIR North Island for the Navy Primary Standards Laboratory (NPSL). The Base-Year's Period-of-Performance (POP) shall be 01 October 2012 through 30 September 2013, and the Government reserves the right to exercise FOUR (4 EA) subsequent Option Periods. The Vendor must have full knowledge of the cited equipment, must be able to perform all work in-compliance with the original equipment manufacturers (OEM) technical specifications, and in accordance with this statement of work. Maintenance shall include all travel, accommodations, labor, equipment, evaluation, cleaning, adjustments, repairs, and parts. Following the notification of equipment failure, the Vendor shall provide telephone technical assistance within four (4) hours. The date and time shall be noted in a trouble call log reflecting all maintenance calls, and any exceptions as stipulated therein by the Designated Government Representative (DGR). The Vendor shall provide the Government with ONE (1 EA) scheduled "preventive maintenance" visit, and make all repairs to the extent necessary (as determined by either inspectional testing or disassembly) to ensure a functional system that efficiently serves its intended purpose. Services are to be performed Monday through Friday (excluding federal holidays), during the hours of 7:00 AM to 4:00 PM, local time. Performance completion shall be achieved within Ninety-Six (96 EA) Hours following the arrival of the field technician. The only exceptions to this requirement will be for extenuating circumstances, which are considered beyond the immediate control of "maintenance / service" personnel, and to be reasonable or prudent within industry standards. The Vendor will calibrate each item to standards that are traceable to the National Institute of Science and Technology (NIST), and provide individual certificates of calibration, to the Government's indicated DGR. Additionally, a legible record of "as-received" and "after calibration" readings shall be provided to the equipment operator. In accordance with ISO 9001, section 7.6; the following two areas are relevant: (1) śWhen necessary to ensure valid results, measuring equipment shall be calibrated or verified at specified intervals, or prior to use, against measurement standards traceable to international or national measurement standard; where no such standard exist, the basis used for calibration or verification shall be recorded, ť and (2) śIn addition, the organization shall assess and record the validity of the previous measuring results when the equipment is found not to conform to the requirements. The organization shall take appropriate action on the equipment and any product affected. Records of the results of calibration and verification shall be maintained. ť The vendor shall provide all test equipment, including: tools, diagnostic and alignment devices, meters, hardware, software, etc., needed to perform the work. The Designated Government Representative (DGR) and the Vendor will establish the dates related to performance of maintenance requirements. For clarification, the DGR is: Lorie Affeldt, Naval Air Depot, Code 4.0C, Bldg. 6, NAS North Island, San Diego, CA 92135-7058, (619) 767-7767, e-mail: Lorie.Affeldt@navy.mil. This is the only Government representative, in addition to the buyer, authorized to place service calls, to your company. The end user is authorized to call for telephone assistance. Following each site-visit, the Vendor shall provide the Government with a detailed "Maintenance/Service Report". The report shall include, but is not limited to, Date & Time notified, Date & Time arrived, Name of technician, Type /Model / Serial Number of equipment serviced, Time spent on repair, a Description of the malfunction, Comments as to the cause of the malfunction, a General Description of any parts replaced, Date & Time "system/equipment" are returned to operational condition, and the Time to Acquire replacement parts (if applicable). The cited report is to be sent via E-Mail to the Government's DGR. In the event the Vendor is confronted with uncertainty related to performance, or has knowledge of a necessity that has not been previously identified within the limitations of this contractual agreement, they are instructed to immediately notify the Designated Government Representative (DGR). Should circumstances arise which are characterized by the unavailability of the DGR, and modification of this order may either be indicated or implied, the Vendor shall not undertake any additional actions without the receipt of written approval, from the Contracting Officer. There shall be no additional maintenance charges, other than those specified herein, regardless of when the maintenance is performed, the time spent by maintenance personnel after arrival at the site (or lodging while awaiting the arrival of additional maintenance personnel, equipment, or delivery of parts), or for transportation to, or from, other sites. Overtime work, or work performed outside of normal business, are not included in this order. The Vendor is cautioned not to exceed the amount specified herein, without prior approval from the purchasing agent. Failure to comply with this requirement will result in rejection of the invoice or reduction of the invoiced amount to the allowed amount. The Vendor will insure that all personnel involved in the scope of this work order are aware of the monetary limitations. This work order will be served by annual (once per year) billing in arrears. Support plans may be terminated by either party with a 30 day prior written notice. The following pricing reflects a multiple site discount and an annual arrears payment schedule: Base Year 10/01/12 “ 9/30/13 Option Year 1 10/01/13 “ 9/30/14 Option Year 2 10/01/14 “ 9/30/15 Option Year 3 10/01/15 “ 9/30/16 Option Year 4 10/01/16 “ 9/30/17 All work performed, including parts and labor, shall be guaranteed for a minimum of 30 days after completion of the work, at no additional charge. By accepting this purchase order, the Vendor agrees to release the Government from any claims on the unused portion of this agreement. Equipment Location: Naval Air Depot, NAS North Island, Bldg. 469-S (Standards Laboratory), San Diego, CA 92135. Area POC: Gaybie Drinko; (619) 545-8850 To provide calibration and preventative maintenance on the following: NAVY PRIMARY STANDARDS LABORATORY QTY MAKEMODELS/N NPSL (1)SartoriusS460102965 (1) VolandHCE50306 (1) Voland1115DN42348 (1) MettlerAT100051120243465 (1) MettlerAT10051115170313 (1) MettlerAT1061115170314 (1) MettlerID52074906 (1) MettlerB6C100040359 (1) MettlerB642271 (1) MettlerM5SA190030 (1) MettlerAE200SJ00350 (1) SartoriusR160P37010075 (1) SartoriusR160P37050143 (1) SartoriusR160P37050116 (1) MettlerPM2000J69314 (1) Sartorius17023501001 (1) SartoriusU5000D37040081 (1) MettlerBB1200J47550 (1)SartoriusCC50000S 81203184 Travel Time Total Labor 19Letters of Certification CONTRACTOR Upon award, the Contractor shall submit to the fleet Readiness Center, SW, Security Department, Code6.5.2, a Company letter requesting site clearance for all maintenance personnel. The letter shall include the name(s), date(s) of birth, place(s) of birth, last four of SSN, procurement number and procurement commencement and end date. The letter shall be required within five (5) working days following receipt of this order, by the Contractor. Additionally, the Contractor shall send a copy of the clearance request to the Government ™s DGR: Lorie Affeldt, Naval Air Depot, Code 4.0C, Bldg 6, San Diego, CA 92135-7058.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0223/listing.html)
 
Record
SN02780610-W 20120622/120620235112-4fdfb1edaf53d3cff7326838e4e2c463 (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.