SOLICITATION NOTICE
J -- Qualification Recertification Thermal Cyclers
- Notice Date
- 9/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 0010516541
- Response Due
- 9/17/2014
- Archive Date
- 11/9/2014
- Point of Contact
- Larry Ruggles, 435-831-2103
- E-Mail Address
-
MICC - Dugway Proving Ground
(larry.w.ruggles@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Request for Quote for 00010516541 Qualification Recertification Thermal Cyclers 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 Firm Fixed Price Supply Contract w/ the following CLINS: This is a notice of intent to negotiate on a sole source basis with Life Technologies Corporation, North American Sales and Service 1149 Chess Drive Foster City, CA.94494. Pursuant to 10 U.S.C. 2304(c)(1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirement. ITEM NO 0001 Qualification Recertification 278880547 & T2112N0586 MFR PART# 0010 FOB: Destination ITEM NO 0002 Qualification Recertification 278880548 & T2112N0578 MFR PART# 0020 FOB: Destination PURCHASE REQUEST ITEM NO 0003 Qualification Recertification 278880787 MFR PART# 0030 FOB: Destination ITEM NO 0004 Qualification Recertification 278880774 MFR PART# 0040 FOB: Destination ITEM NO 0005 Qualification Recertification 278880811 MFR PART# 0050 FOB: Destination Please call or e-mail Contract Specialist Larry Ruggles w/ all questions concerning this/these item/s @ 435-831-2103 larry.w.ruggles.civ@mail.mil Performance Work Statement (PWS) Life Technologies Service Contract for Viia7 & Twister II 01/14/2014 Version 1.0 Performance Work Statement (PWS) Life Technologies Service Contract for Viia7 & Twister II Vision Statement Procurement of a Service Contract that assures consistent and calibrated operation of Life Science Division PCR instrumentation 1 Introduction The purpose for this service contract is to establish an agreement that Life Technologies Inc. will provide the U.S. Army Test & Evaluation Command (ATEC) Life Sciences Division (LSD) at the West Desert Test Center (WDTC), Dugway Proving Ground (DPG) maintenance and repair services for five (5) Viia 7 thermal cyclers and two (2) Twister II robot sample loaders. 1.1 Mission To maintain operation of Viia 7 and Twister II instruments commensurate with good laboratory practices (GLP), good manufacturing practices (GMP), good clinical practices (GCP), and ISO 17025 standards. 1.2 Background The LSD at WTDC-DPG utilizes real-time, quantitative PCR, for quality assurance and quality control (QA/QC) of materials used to test biological defense systems 1.3 Scope This service contract shall cover five (5) Viia 7 thermal cyclers and two (2) Twister II robot sample loaders located in the Life Sciences Test Facility (LSTF), building 2029, laboratory 209 and 508. Life Technologies Inc. (contractor) Is expected to provide a planned maintenance visit in conjunction with recertification within 30 days after receipt of purchase order. The contractor is also expected to provide emergency repairs to contracted equipment within one (1) business week starting from the point that a service call is placed. All services shall be conducted in conjunction with GLP, GMP, GCP, and ISO 17025 standards by a trained and certified engineer. Moreover, the contractor shall furnish instrument performance verification reports within two (2) business days following every onsite service call. For additional parts and labor required outside of the standard planned maintenance, the contractor will only charge the government at their prevailing rates. 2 General Requirements The contractor shall provide planned and unplanned services in the LSTF laboratories 209 and 508 for the period of the contract starting no later than 30 days from the time of receiving purchase order. Security clearances will not be required but the onsite technician must be trained and certified to service Viia 7 and Twister II instruments in accordance with GLP, GMP, GCP, and ISO 17025 standards. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at WDTC-DPG-LSTF and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. 2.3.3 Personnel Administration The contractor shall provide the following management and support as required. The contractor shall provide for employees during designated Government non-work days or other periods where Government offices are closed due to weather or security conditions. The contractor shall maintain the currency of their employees by providing initial and refresher training as required to meet the PWS requirements. The contractor shall make necessary travel arrangements for employees. The contractor shall provide necessary infrastructure to support contract tasks. The contractor shall provide administrative support to employees in a timely fashion (time keeping, leave processing, pay, emergency needs). 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories, labor rates, and man-hours utilized in the performance of this service contract will be kept to a minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at WDTC-DPG-LSTF and at various contractor, subcontractor, and Government facilities (mainly in the continental United States). Normal workdays are Monday through Thursday except US Federal Holidays. Workers typically work ten (10) hours per day, 40 (40) hours per week, 0700 to 17:30. The technical point of contact and Contract Officer Representative are expected to be available during core hours. 2.7 Travel / Temporary Duty (TDY) All travel requirements outside the scope of this contract shall be pre-approved by the government (subject to local policy procedures), and is on a strictly cost reimbursable basis. Costs for travel shall be billed in accordance with the regulatory implementation of Public Law 99-234 and FAR 31.205-46 Travel Costs (subject to local policy & procedures). 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 The Contractor shall provide one-time recertification and preventative maintenance 30 days within contract award for Viia 7 and Twister II instruments Performance Standards a) STD: Scheduled preventative maintenance (PM) in accordance with manufacture's pre-defined operational specifications for each instrument in this contract shall be performed after receipt of purchase order. AQL: 100% certified within 30 day. b) STD: PM includes documented verification that instruments are functioning according to operational specifications. AQL: No more than 24 hours, 100% of all service calls. c) STD: Additional parts and labor outside of the standard PM to meet instrument specifications will be charged at the manufacture's prevailing rates. AQL: 100% of additional parts and labor provided at prevailing rate. d) STD: PM will be conducted by a Life Technologies Inc. trained and certified ISO 17025 engineer. AQL: Equivalent or greater than ISO 17025 certification e) STD: All provided PM services shall be conducted in compliance with GLP, GMP, GCP, and ISO 17025 standards. AQL: 100% meets GLP, GMP, GCP, and ISO 17025 standards. f) STD: All PM services will be scheduled prior to the start of the contract and agreed upon by the contractor and government after receipt of the purchase order. AQL: Not greater than 30 day; 100% of scheduled service calls. g) STD: Standard PM Service is completed and instrument recertified on day scheduled not to exceed 10 hours. In the advent of unforeseen circumstances requiring additional parts or labor, the time for completion may be extended as authorized by the Contracting Officer (KO) to 1 full business week. AQL: 100% of the time. 3.2 The Contractor shall provide emergency service and evaluate, repair, calibrate, and recertify malfunctioning Viia 7 thermal cyclers and Twister II robotic sample loaders. Performance Standards a) STD: Emergency service (ES) shall be provided for each instrumented covered under this service agreement with a service technician onsite within 6 business days from receipt of service call. AQL: Response should be within 6 days 100% of the time requested. b) STD: PM includes documented verification that instruments are functioning according to operational specifications. AQL: No more than 24 hours, 100% of all service calls. c) STD: Additional parts and labor outside of the standard PM to meet instrument specifications will be charged at the manufacture's prevailing rates. AQL: 100% of additional parts and labor provided at prevailing rate. d) STD: ES will be conducted by a Life Technologies Inc. trained and certified ISO 17025 engineer. AQL: Equivalent or greater than ISO 17025 certification e) STD: All provided PM services shall be conducted in compliance with ISO 17025 standards. AQL: 100% meets ISO 17025 standards. f) STD: Instrument deficiencies will be identified, repaired, and certified to meet the manufacture's operational specifications within 10 business days. AQL: 100% compliant 3.3 Personnel Reporting g) STD: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. AQL: 100% of labor hours reported by Oct 31 of each calendar year. 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety DD Forms 254: Overarching security requirements and Contractor access to classified information shall be as specified in the basic DD Form 254, which will be further identified in the DD Form 254 for each TO, as required. All contractor personnel with access to unclassified information systems, including e-mail, shall have at a minimum a favorable National Agency Check (NAC). 4.1.1 Public Release No test data, reports or documents shall be released to other organizations unless authorized in writing by the Contracting Officer, assigned COR through the designated ATEC Directorate, and the ATEC OPSEC Coordinator. Any information (classified or unclassified) pertaining to this contract shall not be released for public dissemination. Proposed public releases shall be submitted for approval prior to release to: Army Test and Evaluation Command, ATTN: Security Office, Aberdeen Proving Ground, MD 21005. 4.1.2 Controlled Unclassified Information For most activities, controlled unclassified information (CUI) computers shall be used. For selected activities, as denoted by the COR, classified level computers shall be used. Classified data shall only be processed on specifically approved and marked terminals and workstations for the appropriate security level(s). Technical CUI is export controlled and must be marked with the export control warning statement cited in DODD 5230.24 (see AR 380-5). 4.1.3 Foreign Personnel In accordance with restrictions required by Executive Order 12470, the Arms Export Control Act (Title 22, United States [US] Code [USC]) (Sec 275), the International Traffic in Arms Regulation (ITAR), or Department of Defense (DoD) Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, no foreign persons will be permitted to work on a contract without notifying the Contracting Officer. Non-US Personnel: If the Non US Person is employed/used for contract performance, the company must have a Technology Control Plan (TCP) in place to inform the Government Contracting Activity (GCA)/Defense Security Service (DSS)/Cognizant Security Office (CSO) of what they will do to protect the technology and prevent quote mark unauthorized disclosure. quote mark If the Company discloses, exports, deemed-export or otherwise released the technology, remedies can, and most likely will be enforced through State Department export violations. DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM) 10-509 apply. 4.1.4 Access and General Protection/Security Policy and Procedures Contractor and all associated sub-contractors employees shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all persona identity verification requirements as directed by DOD, HQDA and/or local policy. In addition the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual or facility change, the Government may require changes in contractor security matters or processes. 4.1.5 Access to Government Information System All contractor employees with access to a government information system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the information systems and then annually thereafter. 4.1.6 Handling or Access to CUI or technical CUI The contractor shall not disclose or release the content of any government software, procedures or information provided to the contractor to other than government authorized persons or activities. 4.1.7 Privacy Act All information obtained, generated or maintained by the Contractor or their Subcontractors under this contract will be the property of the U.S. Government and subject to the requirements of the Privacy Act of 1974 as amended and all local, site, DISA and DOD security regulations. 4.1.8 Safeguarding Government Information and Property The contractor shall be responsible for safeguarding all government information and property provided for contractor use. The contractor shall safeguard information and material designated as classified, unclassified sensitive, For Official Use Only (FOUO), Operations Security (OPSEC) sensitive, Personally Identifiable information (PII) and Privacy Act Information in accordance with applicable directives. 4.1.9 Loss or Possible Compromise of Classified Information The contractor shall immediately report the loss or possible compromise of classified information or material to the COR and ATEC Security Manager. 4.1.10 Safety Contractor and associated sub-contractors shall provide a safe and healthful work environment for their employees as prescribed in FAR 52.236-14, 29 CFR Part 1910, pertinent provisions of AR 385-10, and local regulations, policies, and SOPS. They shall safeguard public and government personnel, property, and equipment, and avoid interruption of Government Operations. The Contractor will report accidents or losses to the Contracting Officer as specified in relevant regulations and standards. Whenever the Contractor becomes aware of serious or imminent danger to Government, civilian or Contractor personnel, the Contractor shall take immediate corrective action. 4.2 Transition The contractor shall follow the transition plan submitted as part of the proposal and keep the Government fully informed of status throughout the transition period. Throughout the phase-in/phase-out periods, it is essential that attention be given to minimize interruptions or delays to work in progress that would impact the mission. The contractor must plan for the transfer of work control, delineating the method for processing and assigning tasks during the phase-in/phase-out periods. 4.3 Environmental Requirements The contractor shall comply with all documents listed below as mandatory and referenced under paragraph 3.0, Performance Requirements. Compliance with documents listed as non mandatory is the contractors' option. Mandatory compliance (list) Non Mandatory document (list) 4.4 Applicable Directives The contractor shall comply with all documents listed below as mandatory and referenced under paragraph 3.0, Performance Requirements. Compliance with documents listed as non-mandatory is the contractors' option. Mandatory compliance (list): N/A Non-Mandatory document (list): N/A 4.5 Quality This section describes the Quality Control components for this effort.. The Contractor shall develop a Task/Delivery Order QCP and maintain an effective quality control program to ensure services are performed in accordance with the IDIQ contract and this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractors QCP is the means by which he assures himself that his work complies with the requirement of the contract. The finalized QCP will be accepted by the Government at the time of the award of the Task/Delivery Order. The Contracting Officer may notify the Contractor of required modifications to the plan during the period of performance. The Contractor then shall coordinate suggested modifications and obtain acceptance of the plan by the Contracting Officer. Any modifications to the program during the period of performance shall be provided to the Contracting Officer for review no later than 10 working days prior to effective date of the change. The QCP shall be subject to the Governments review and approval. The Government may find the QCP quote mark unacceptable quote mark whenever the Contractors procedures do not accomplish quality control objective(s). The Contractor shall revise the QCP within 10 working days from receipt of notice that QCP is found quote mark unacceptable. quote mark 4.6 Government Inspections, Audits, Surveys, and Requests for information and technical advice. In accordance with FAR 52.246-5, the contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all places and times during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. If any of the services performed do not conform to contract requirements, the Government may require the contractor to perform the services again in conformity with contract requirements, for no additional fee. When the defects in services cannot be corrected by re-performance, the Government may (1) Require the contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce any fee payable under the contract to reflect the reduced value of the services performed. If the contractor fails to promptly perform the services again or take the action necessary to ensure future performance in conformity with contract requirements, the Government may (1) By contract or otherwise, perform the services and reduce any fee payable by an amount that is equitable under the circumstances; or (2) Terminate the contract for default. quote mark Services quote mark, as used in this clause, includes services performed, workmanship, and material furnished or used in performing services. The contractor shall respond to all requests for information and technical advice regarding the services in this contract. Responses shall be either verbal or written, as specified by the requester. Types of action shall include: -Responding to inquires and suggestions. -Providing written comments based on review of draft documents such as regulations that affect the operations in this contract. -Providing information requested by customers, investigators, inspectors, auditors and members of special teams (both internal and external to AEC), and responding to findings of such inquiries. -Preparing reports in accordance with government instructions and directives by the requested due dates. -Attending on-site and off-site meetings as required by the Government. 4.7 Quality Assurance Surveillance Plan (QASP) The Government shall monitor the Contractors performance under this Task/Delivery Order in accordance with the Governments QASP. 4.8 Government Furnished Equipment 4.8.1 Reference Material; Information, Data, Equipment, Hardware, and Software All government furnished reference material; information, data, equipment, hardware, and software provided to the contractor for task order performance under this contract, remain the property of the US Government. The Government will provide space on-site if possible at LSTF or remote government facilities for contractor personnel including use of the usual items needed to conduct work such as desk, phone, and computer, for the duration of the period of performance under this contract. However, if no space is available contractor personnel shall perform support at the contractor site. The contractor shall sign a hand receipt/property lists for all equipment provided by the Government. Rejection of GFP by the Contractor shall not relieve the contractor of responsibility in performance of this contract. The contractor shall not use property provided by the Government for any purpose other than the performance of this contract. As soon as the GFP is no longer required it shall be promptly turned in. The COR will specify the method GFP will be turned in. 4.8.2 Management of Government-Furnished Property and Equipment. The contractor shall manage GFP in accordance with Parts 45 and 52 of the FAR. The contractor shall be liable for shortages, loss, damages, or destruction of Government property in accordance with the property clauses in Section I of the contract and the Financial Liability Investigation. Within 15 calendar days of discovering the item is missing, damaged or destroyed, the contractor shall appoint a point of contact who is responsible for initiating the Financial Liability Investigation. For any contractor working in a Government facility, the following shall be provided: 4.8.2.1 Telephone Service The Government will provide telephone communication service exclusively for the conduct of official business. The contractor shall be responsible for charges for long distance telephone calls made or accepted by contractor personnel, which are not for the purpose of conducting official government business. The contractor shall be responsible for long distance telephone calls and charges made by or accepted by contractor personnel that are not required for the performance of the mission. Telephone service will be subject to the standard monitoring requirements of the Government telephone network. The Government-furnished telephones are subject to security monitoring at all times. Use of these telephones constitutes consent to security monitoring. 4.8.2.2 Network Access The Government will provide network access for all Government issued computer systems required for the conduct of official business in the performance of the contract. Coordinate network access requirements with the COR. 4.8.2.3 Custodial and Refuse Services The Government will provide custodial and refuse services for the Government facilities used in performance of this contract. The Governments provision of custodial and refuse services do not relieve the contractor of the responsibility for keeping work areas in a clean and sanitary condition. In some areas, the contractors shall be required to empty trash from office/shop trashcans to dumpsters. 4.8.2.6 Copying, Printing, and Reproduction The Government will provide shared-use copy machines for limited copying of official reports, documents, and correspondence to accomplish the requirements of specific tasks. 4.9 Contractor-Furnished Property and Services The contractor shall furnish all necessary supplies, parts, materials, tools, support equipment, labor and vehicles required to perform all operations required by this contract, except for those items or services specifically stated as Government-furnished. Contractor-furnished equipment shall be maintained at all times in a safe and serviceable condition in accordance with the manufacturer recommendations. Maintenance of contractor-furnished equipment will not be performed on Government property or at government expense. The COR or designated representative may inspect the contractors equipment at any time and direct the removal of any unsafe or objectionable equipment from the installation. All contractor-furnished equipment shall be operable and shall meet all local, state, federal, and environmental requirements. 4.10 Personal/Contractor-Owned Property The contractor shall ensure that personal/contractor-owned property brought on Government work sites is clearly marked as such to preclude misidentification as Government property. Additionally, the contractor shall ensure that personal/contractor-owned property meets safety specifications as set forth by OSHA and the U.S. Army. The contractor shall ensure that all personal/contractor-owned property is removed at the end of the performance period. All personal/computer IT equipment shall be scanned and checked by Government IT personnel before equipment can be connected to any Government network. 4.11 Information Security and Intellectual Property The contractor may be required to access data and information proprietary to another Government agency, another Government contractor, or of such a nature that its dissemination or use other than as specified would be adverse to the Governments interest. The contractor or contractor employees shall not divulge or release data or information developed or obtained under this contract except to authorize Government personnel or upon written approval of the COR. The contractor shall not use, disclose or reproduce proprietary data that bears a restrictive legend. The contractor shall obtain written permission of the originator prior to releasing any information. Under Title 18, Sections 793 and 798, the contractor and the contractor employees are liable for any improper release. The contractor shall direct to the COR all inquiries, comments, or complaints arising from matters observed, experienced, or learned as a result of, or in connection with the performance of the contract, the resolution of which may require the dissemination of official information. Inquiries the contractor receives for information relative to the Freedom of Information Act (FOIA) shall be directed to the COR for evaluation. The Government retains the authority to release or deny access to the information. The contractor shall be responsible for search and submission of records under the contractors control upon Government request. All work including but not limited to intellectual property and data rights produced under this contract is the sole property of the Government. 4.12 Smoking Policy The contractor shall comply with AR 600-63 that establishes policies governing smoking in Government facilities and ranges. 4.13 Lost and Found Property If item(s) are found that do not belong to the contractor, the item(s) shall be turned in to the COR. 5 Deliverables The contractor shall provide the deliverables described as performance standards in Sections 3.1 and 3.2 and in accordance with the acceptable quality levels. 6 Related Documents The following publications are applicable to the overall performance of this PWS. The contractor is required to adhere to the most current version of any of the published regulations found below. Army, State and Federal regulations are publicly available on the internet. Other publications can be obtained by contacting the Contract Specialist for an electronic version. Department of Defense Directives (DoDD) 5000.1, the Defense Acquisition System, 12 May 2003. DoDD 8000.1, Management of DoD Information Resources and Information Technology, 20 March 2002. DoDD 5000.2-R, Mandatory Procedures for Major Defense Acquisition Programs (MDAPs) and Major Automated Information System (MAIS) Acquisition Programs, 12 May 2003. Army Regulation (AR) 25-3, Army Life Cycle Management of Information Systems. AR 73-1, Test and Evaluation Policy, 30 May 2003. Department of Army (DA) Pamphlet 73-7, Test and Evaluation Software Test and Evaluation Guidelines. MDA System Capability Specification. GMD Capabilities Document (GCD). National Defense Authorization Act Section 234 DoD Instruction 5134.9, Missile Defense Agency (MDA) AR 381-11 Intelligence Support to Capability Development AR 385-10 The Army Safety Program AR 700-127 Integrated Product Support Army Universal Task List (AUTL) ATEC PAM 73-21 Modeling and Simulation Verification, Validation, and Accreditation Methodology ATEC Regulation 73-1 System Test and Evaluation Policy ATEC Regulation 73-21 Accreditation of Models and Simulations for Test and Evaluation DA PAM 385-16 System Safety Management Guide DA PAM 385-30 Mishap Risk Management DA PAM 5-11 Verification, Validation, and Accreditation of Army Models and Simulations DA PAM 73-1 Test and Evaluation in Support of Systems Acquisition MIL-STD 882E System Safety TOPM 73-182 System Test and Evaluation Policy Universal Joint Task List (UJTL) Performance Requirement Summary (PRS) StatementsStandards/AQLsIncentive/Remedy 3.1The Contractor shall provide one-time recertification and preventative maintenance 30 days within contract award for Viia 7 and Twister II instrumentsa) STD: Scheduled preventative maintenance (PM) in accordance with manufacture's pre-defined operational specifications for each instrument in this contract shall be performed after receipt of purchase order. AQL: 100% certified within 30 day. b) STD: PM includes documented verification that instruments are functioning according to operational specifications. AQL: No more than 24 hours, 100% of all service calls. c) STD: Additional parts and labor outside of the standard PM to meet instrument specifications will be charged at the manufacture's prevailing rates. AQL: 100% of additional parts and labor provided at prevailing rate. d) STD: PM will be conducted by a Life Technologies Inc. trained and certified ISO 17025 engineer. AQL: Equivalent or greater than ISO 17025 certification e) STD: All provided PM services shall be conducted in compliance with GLP, GMP, GCP, and ISO 17025 standards. AQL: 100% meets GLP, GMP, GCP, and ISO 17025 standards. f) STD: All PM services will be scheduled prior to the start of the contract and agreed upon by the contractor and government after receipt of the purchase order. AQL: Not greater than 30 day; 100% of scheduled service calls. g) STD: Standard PM Service is completed and instrument recertified on day scheduled not to exceed 10 hours. In the advent of unforeseen circumstances requiring additional parts or labor, the time for completion may be extended as authorized by the Contracting Officer (KO) to 1 full business week. AQL: 100% of the time. Full invoice acceptance for meeting the required AQLs. (partial or non- acceptance of invoice for failing to meet the required AQL, and or a poor performance rating stated in the Monthly Status report) StatementsStandards/AQLsIncentive/Remedy 3.2The Contractor shall provide emergency service and evaluate, repair, calibrate, and recertify malfunctioning Viia 7 thermal cyclers and Twister II robotic sample loaders. 3.3 Personnel Reportinga) STD: Emergency service (ES) shall be provided for each instrumented covered under this service agreement with a service technician onsite within 6 business days from receipt of service call. AQL: Response should be within 6 days 100% of the time requested. b) STD: PM includes documented verification that instruments are functioning according to operational specifications. AQL: No more than 24 hours, 100% of all service calls. c) STD: Additional parts and labor outside of the standard PM to meet instrument specifications will be charged at the manufacture's prevailing rates. AQL: 100% of additional parts and labor provided at prevailing rate. d) STD: ES will be conducted by a Life Technologies Inc. trained and certified ISO 17025 engineer. AQL: Equivalent or greater than ISO 17025 certification e) STD: All provided PM services shall be conducted in compliance with ISO 17025 standards. AQL: 100% meets ISO 17025 standards. f) STD: Instrument deficiencies will be identified, repaired, and certified to meet the manufacture's operational specifications within 10 business days. AQL: 100% compliant a.) STD: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. AQL: 100% of labor hours reported by Oct 31 of each calendar year.Full invoice acceptance for meeting the required AQLs. (partial or non- acceptance of invoice for failing to meet the required AQL, and or a poor performance rating stated in the Monthly Status report) 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 All firms responding must be registered with the SAM System for Award Management. North American Industrial Classification Standard 334513 (500 Employees) 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 52.219-4, 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. 252.232-7006 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. 252.245-7001 Government Personal and Real Property In the Possession of the Contractor (PIPC) DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations 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, Accountable Property Officer, Accountable Property, Building 5464, Dugway, UT 84022-5000), and DFARS 252.204-7004 Alt A, Central Contractor Registration. 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a quote mark Combo quote mark document type is identified but not supportable by the Contractor's business systems, an quote mark Invoice quote mark (stand-alone) and quote mark Receiving Report quote mark (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. W909NB (Contracting Officer: Insert inspection and acceptance locations or quote mark Not applicable quote mark.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Cage Codetbd Pay Official DoDAACHQ0490 Issue By DoDAACW911S6 Admin DoDAACW911S6 Inspect By DoDAACW909NB Ship To CodeW909NB Ship From Code____ Mark For Code____ Service Approver (DoDAAC)____ Service Acceptor (DoDAAC)____ Accept at Other DoDAAC____ LPO DoDAAC____ DCAA Auditor DoDAAC____ Other DoDAAC(s)____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or quote mark See schedule quote mark if multiple ship to/acceptance locations apply, or quote mark Not applicable. quote mark ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the quote mark Send Additional Email Notifications quote mark field of WAWF once a document is submitted in the system. larry.w.ruggles.civ@mail.mil (Contracting Officer: Insert applicable email addresses or quote mark Not applicable. quote mark ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. larry.w.ruggles.civ@mail.mil (Contracting Officer: Insert applicable information or quote mark Not applicable. quote mark ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following local clauses apply to this solicitation: 52.000-4001 FOREIGN VISITORS/EMPLOYEES Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor's shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer's Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. (End of clause) 52.000-4002 LOCATION OF US ARMY DUGWAY PROVING GROUND U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. (End of clause) 52.000-4003 NORMAL WORK HOURS U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (f) 1st Monday in September (b) 3rd Monday in January (g) 2nd Monday in October (c) 3rd Monday in February (h) November 11th (d) Last Monday in May (i) 4th Thursday in November (e) July 4th (j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. (End of clause) Installation Security Requirement; Contractor Access to DPG; 2.000-4924 GFP FOR REPAIR WILL BE RETURNED TO GOVERNMENT Government property furnished for repair or other service shall be delivered to the F.O.B. point within 180 days after receipt of the Government property or an authorization to proceed. The Government property will be shipped under separate cover to the contractor's address shown on the face of this order (unless indicated otherwise). The Contractor shall acknowledge receipt of the Government property by annotating and returning a copy of the shipping document (DD Form 1149). (End of clause) All quotes must be e-mailed to Larry Ruggles at larry.w.ruggles.civ@mail.mil in MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Larry Ruggles at larry.w.ruggles.civ@mail.mil or call 435-831-2103 Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Wednesday 17, September, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/756b57de574e850e68a3079eae7498e0)
- 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
- SN03504207-W 20140912/140910235025-756b57de574e850e68a3079eae7498e0 (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 |