MODIFICATION
J -- Combined Synopsis/Solicitation
- Notice Date
- 9/10/2013
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-13-T-0277
- Response Due
- 9/13/2013
- Archive Date
- 11/9/2013
- Point of Contact
- Ryan Martin, 443-861-4770
- E-Mail Address
-
ACC-APG - Installation Division
(ryan.p.martin7.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment #1 The following amendments add to, clarify and/or modify the original solicitation: 1. (Modification) - All questions must be submitted via email to ryan.p.martin7.mil@mail.mil AND Mr. Ian Quillman at ian.h.quillman.civ@mail.mil by 11 AM Eastern Time, Tuesday, 17 September 2013. Quotations must be signed, dated, and received by 2 PM Eastern Time, Friday, 20 September 2013, via email to ryan.p.martin7.mil@mail.mil AND Mr. Ian Quillman at ian.h.quillman.civ@mail.mil. 2. (Addition) - The Government will be hosting a vendor site visit on Thursday, September 12th at 1pm. Only US citizens will be authorized to attend this site visit. If you are interested in attending this site visit please contact CPT Ryan Martin at ryan.p.martin7.mil@mail.mil AND Mr. Ian Quillman at ian.h.quillman.civ@mail.mil no later than close of business on Tuesday, September 10th. 3. (Clarification) - The following part numbers will be part of the maintenance contract and should be considered in your proposals: Ultra Air Air Dryers - Model#: UA125AC 2ea Sullair Air Dryers - Model#: SRS-125 3070671 1ea Deltech Series 1000 Carbon Monoxide (CO) Monitors 2ea Trapper Oil Water Separators - Model#: TP403ea 4. (Clarification) - The four quarterly services will be comprised of the items listed under AIR COMPRESSOR - OPERATIONAL & MAINTENANCE INSPECTION, AIR DRYER & OIL WATER SEPARATOR- OPERATIONAL & MAINTENANCE INSPECTION and BREATHING AIR SYSTEM & CO MONITOR- OPERATIONAL & MAINTENANCE INSPECTION. In addition, during one of these quarterly services, to be selected by the Government, an annual service will be conducted that will include all items listed under AIR COMPRESSOR - ANNUAL MAINTENANCE INSPECTION. During these services all parts and labor will be at vendor expense and covered under CLIN 0001. CLIN 0002 will cover any unforecasted necessary repairs and maintenance that occurs during the period of performance. The selected vendor will estimate the cost of repairs using labor rates quoted in proposal and will bill the Government separately for this work under CLIN 0002. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 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. W91ZLK-13-T-0277 Breathing Air System Preventative Maintenance 8/29/2013 This combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-69. The solicitation number for this request for quotation (RFQ) is W91ZLK-13-T-0277. This requirement has been deemed a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Small Business Size Standard $7,000,000. The Government contemplates award of a Firm-Fixed Price and Time and Materials purchase order under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: 1. CLIN 001, Scheduled Maintenance - The contractor will perform 4 quarterly full service preventative maintenance on two (2) Deltech Del Monox Breathing air systems, (3) Ingersoll Rand air compressors and their associated air-dryers, filters, oil-water separators, (2) Carbon Monoxide (CO) Monitors, and air testing. One of these quarterly preventative maintenance visits will include annual maintenance on the (3) air compressors. Units covered under this contract: Ingersoll Rand Air Compressors - Model # SSREP30SE (Quantity 3) Ingersoll Rand Air Compressors - Dryer Tower - Model # UA125AC (Quantity 3) Deltech / Delmonex Breathing Systems - Model # 3L11 (Quantity 2) Ultra Air or Sullair Air Dryers (Quantity 3) Carbon Monoxide (CO) Monitors (Quantity 2) Trapper Oil Water Separators (Quantity 2) AIR COMPRESSOR - ANNUAL MAINTENANCE INSPECTION 1.Change Oil 2.Change Separator element 3.Replace the air inlet filter element 4.Replace Oil filter element 5.Clean scavenger line screens & orifices 6.Blow out after cooler 7.Rebuild Minimum Pressure Valve 8.Take oil sample for annual analysis. 9.Check all electrical connections and tighten as required. 10.Check amp Draw 11.Inspection and servicing of all condensate auto drains. 12.Inspection of all flexible and solid pipe work including fittings for leaks. 13.General inspection and clean of compressor to identify any potential problems. 14.Test run of the air compressor and other compressed air equipment related to producing compressed air 15.Complete field service report. AIR COMPRESSOR - OPERATIONAL & MAINTENANCE INSPECTION 1.Replace the air inlet filter (where appropriate) 2.Replace the oil filter (where appropriate) 3.Top off oil level as required 4.Blow out cooler 5.Inspect and clean scavenger lines 6.Check all electrical connections and tighten. 7.Check amp draw 8.Inspection and servicing of all condensate auto drains. 9.Inspection of all flexible and solid pipe work including fittings for leaks. 10.General inspection and clean of compressor to identify any potential problems. 11.Test run of the air compressor and other compressed air equipment related to producing compressed air. 12.Complete field service report. AIR DRYER & OIL WATER SEPARATOR- OPERATIONAL & MAINTENANCE INSPECTION 1.Inspect and Check inlet/outlet temperatures 2.Inspect and check inlet /outlet pressure 3.Check refrigerant suction temperature and pressure 4.Check for refrigerant leaks 5.Check coolers and blow out as required. 6.Replace pre-filter as required. 7.Complete field service report. 8.Inspect Oil water Separator for proper operation 9.Replace Oil water Separator Carbon Filter. 10.Check auto drains for proper operation. BREATHING AIR SYSTEM & CO MONITOR- OPERATIONAL & MAINTENANCE INSPECTION 1.Inspect and Check inlet and outlet flow rates, pre-filter and drain. 2.Check timer sequence, pressure gauges and mufflers 3.Replace final filter element as required by manufacture. 4.Replace pre-filter as needed. 5.Inspect check valve, strainer and desiccant for contamination 6.Replace Catalyst filter once a year per manufactures recommendations 7.Test CO monitor alarms for proper operation 8.Check CO monitors sensors and calibrate. GRADE quote mark D quote mark AIR QUALLITY TESTING 1.Take samples of outlet air from Delmonox Breathing Air System and send out to a Department of Defense- Environmental Laboratory Accreditation Program (DOD-ELAP) accredited 3rd party lab for results and analysis. Provide final report. 2. CLIN 002, Unscheduled repairs - For repairs or upgrades outside the scope of the above scheduled maintenance, the contractor will be available to travel to the site to give a free written estimate broken down by parts and labor hours. Prior Contracting Officer's Representative (COR) approval is required before any unscheduled repairs can be completed. 3. Other contract requirements - Please provide two references for prior work on similar breathing air systems. 4. All preventative maintenance services and functional tests must be identified to ensure that the equipment performs in compliance with manufacturers operating and maintenance instructions to maintain Grade quote mark D quote mark quality air. The contractor will run the Compressor System separate from the Breathing Air System for a period of time to blow out any residual oils and particulate. This will be done to help remove any harmful carryover to the Breathing Air System filtration. 5. Contractor as an independent party and not an agent of the government shall provide all labor, parts, materials, tools, and equipment to perform preventive maintenance and service repairs to government equipment as required above by the original manufacturer recommendations. All work is to be performed during normal working hours, Monday through Friday, 7:00 AM to 3:30 PM, on days Aberdeen Test Center is open for business, unless agreed to otherwise by both parties. Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Contracting Officer's Representative (COR). 6. Contractor shall provide a comprehensive schedule for preventative maintenance and inspection of the compressed breathing air system. Contractor personnel shall be US citizens and may be subject to background investigations. 7. This Period of performance will be for one base year and two options years each consisting of four quarterly services. Performance of first quarterly service must be done by 31 October 2013. 8. Applicable clauses and Provisions are as follows: 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. 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. Proposals will be evaluated by adding all Firm-Fixed Price costs for CLIN 0001 and by multiplying the labor hour rate per year by an estimated 250 hrs per year. Please include all applicable parts handling fees associated with CLIN 0002. See pricing submission structure below. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007) (a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. 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 at least 30 days before the contract expires. 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 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 3 years. SUBMISSION PROCEDURES: Please submit bids in the following format: CLIN 0001 (Firm Fixed Price): Base Year: $_________ Per year Option year One: $_________ Per year Option year Two: $_________ Per year CLIN 0002 (Unscheduled Repairs): Base Year: $_________ Per Labor Hour Option year One: $_________ Per Labor Hour Option year Two: $_________ Per Labor Hour ACCOUNTING FOR CONTRACT SERVICES Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. All questions must be submitted via email to ryan.p.martin7.mil@mail.mil by 11 AM Eastern Time, Thursday, 10 September 2013. Quotations must be signed, dated, and received by 2 PM Eastern Time, Friday, 13 September 2013, via email to ryan.p.martin7.mil@mail.mil. For questions concerning this Request for Quotation, contact CPT Ryan Martin, Contracting Specialist, via email at ryan.p.martin7.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/84924930fa954c46d9adef5b5133f362)
- Place of Performance
- Address: ACC-APG 6001 Combat Drive Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03182517-W 20130912/130911000005-84924930fa954c46d9adef5b5133f362 (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 |