SOLICITATION NOTICE
66 -- Calibration/Maintenance Contract for Weight Sets
- Notice Date
- 2/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- PR-0002721
- Archive Date
- 3/18/2014
- Point of Contact
- Jerry Varnell, Phone: (703) 632-7500
- E-Mail Address
-
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0002721 and is being conducted as a 100% small business set-aside. The NAICS Code for this requirement is 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and controlling Industrial process variables; the size standard is 750 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. The Federal Bureau of Investigation (FBI), Laboratory Division (LD), is currently accredited by the American Society of Crime Laboratory Directors/Lab Accreditation Board (ASCLD/LAB). An essential element of accreditation entails providing documentation that equipment used for examination processes is properly maintained and in good working condition. The FBI has implemented an annual certification and maintenance program for its weight sets, based on the guidelines set forth by the individual manufacturer's specifications, in order to comply with this requirement. It is essential for the FBI to maintain its accreditation with the ASCLD/LAB; these weight sets require annual certification of calibration and maintenance. Below is a list of the weight sets that will require calibration and maintenance: Quantity Manufacturer Description Capacity 1 Troemner ASTM Class 1 Standards 100G to 1MG 2 Troemner ASTM Class 4 Standards 100MG 1 Troemner ASTM Class 1 Standards 200G 1 Troemner ASTM Class 1 Standards 50G to 1MG 1 Troemner ASTM Class 1 Standards 1MG 1 Troemner ASTM Class 1 Standards 2MG 1 Troemner ASTM Class 1 Standards 50MG 1 Troemner ASTM Class 1 Standards 2KG 1 Troemner ASTM Class 1 Standards 500G 3 Troemner ASTM Class 1 Standards 10G 1 Denver ASTM Class 1 Standards 100G to 1MG 1 Rice Lake Unknown 100G to 2MG 1 Christian Beckers Torsion Unknown 2-10MG 1 Ohaus Sto-a-weight Unknown 1-MG - 500MG 1 Unknown Unknown 100G 1 Unknown Unknown 50G 1 Unknown Unknown 1 - 50G 1 Unknown Unknown 1 - 20G 1 Unknown Unknown 2 - 10G 1 Unknown Unknown 1 - 5G 1 Unknown Unknown 2 - 2G 1 Unknown Unknown 1 - 1G 1 Unknown Unknown 1 - 500MG 1 Unknown Unknown 1 - 200MG 1 Unknown Unknown 2 - 100MG 1 Unknown Unknown 1 - 50MG 1 Unknown Unknown 1 - 20MG The Federal Bureau of Investigation requires a 5 year calibration and maintenance contract for the weight sets. The contract includes one (1) base year of twelve (12) months and four (4) sequential twelve (12) month option periods that may be exercised at the discretion of the Government. Line 001, Base year calibration and maintenance contract for weight sets, 04/01/14 - 03/31/15, 1, EA; Line 002, 1st Option Year, 04/01/15 - 03/31/16, 1, EA; Line 003, 2nd Option Year, 04/01/16 - 03/31/17, 1, EA; Line 004, 3rd Option Year, 04/01/17 - 03/31/18, 1, EA; Line 005, 4th Option Year, 04/01/18 - 03/31/19, 1, EA; ****VENDOR MUST PROVIDE PRICING FOR BASE YEAR AND ALL FOUR OPTION YEARS. THIS IS A FIRM FIXED PRICE CONTRACT**** Technical Requirements/Specifications: 1. As the FBI is accredited under the American Society of Crime Laboratory Directors/Lab Accreditation Board-International (ASCLD/LAB-International), which encompasses the International Organization for Standardization (ISO) 17025, the company used to calibrate and maintain the FBI weight sets must be ISO certified. The vendor must provide proof of accreditation to ISO/IEC 17025:2005 standards (as stated in the ASCLD/LAB Policy on Measurement and Traceability, the service provider shall be accredited to ISO/IEC 17025:2005 by an accrediting body that is a signatory to the IAAC MultiLateral Recognition Arrangement or the ILAC Mutual Recognition Arrangement, with a scope of accreditation covering the calibration performed. 2. The servicing company must certify that the entire weight set has been calibrated correctly and that the measurements are NIST traceable. 3. The vendor must provide the following: a. Pretesting of weight calibration to determine if the balance was within the tolerance as found. b. Cleaning the weights. c. Calibrating each weight to National Institute of Standards and Technology (NIST) Handbook tolerances. d. Replace small parts and materials and perform minor repairs that are required for calibration. e. Provide a service report which will satisfy the ISO 17025 documentation requirements of ASCLD/LAB-International. f. Provide a group Certificate of Weight Traceability to NIST for weights used for calibration. 4. The provider must perform calibration over the entire working range of each balance, as specified by the manufacturer, following standard, recognized protocols. 5. Must provide for each weight, calibration uncertainty with confidence interval. 6. Must provide the reason for any weight that is found to be out of tolerance. In addition, if the calibration is then corrected, the steps taken must be detailed. 7. Weights must be calibrated using the same principles as for balances. FOB Destination: FBI Laboratory, 2501 Investigation Parkway, Quantico, VA 22135. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Monday, March 03, 2014, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0002721. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone; all questions should be submitted no later than Friday, February 28, 2014, 1:00 pm EST to jerry.varnell@ic.fbi.gov. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0002721/listing.html)
- Place of Performance
- Address: 2501 Investigation Parkway, Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN03295190-W 20140226/140224234625-f08f8ae7dd2ce2237b238b75c9424772 (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 |