SOLICITATION NOTICE
J -- Maintenance Repair Service for an X-Ray Film Processor, GS AGFA NDT SI, S/N: 5209; Model: 300/340
- Notice Date
- 10/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- 0010518100
- Response Due
- 11/12/2014
- Archive Date
- 12/20/2014
- Point of Contact
- Linda Reynolds, 443-861-4743
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(linda.j.reynolds.civ@mail.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental 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. The U.S. Army Contracting Command, Aberdeen Installation Contracting Division, Aberdeen Proving Ground, MD intends to issue a Competitive quote mark Small Business quote mark award. This acquisition shall is to provide the maintenance service for an X-Ray Film Processor, GD AGFA NDT SI, S/N: 5209, Model: 300/340 for the US Army Aberdeen Test Center (ATC). Solicitation number 0010518100 is issued as a request for proposal (RFP). The Federal Acquisition Circular FAC 2005-55. This associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $7.0. Request for copies of a solicitation in response to this notice will not be honored and/or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. The intention is to issue a single award at the discretion of the Government. Provide a price per CLIN. Interested parties may identify their capabilities by responding to this requirement, not later than 08:00 a.m. Eastern Standard Time (EST) on 12 November 2014. Period of Performance: To be determined (TBD) following contract award. This acquisition will be made using Wide Area Work Flow (WAWF). All information submitted should support the offerors capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offerors bona fide capability to provide these item(s). Verbal responses are not acceptable and will not be considered. Responses shall be submitted to the point of contact Linda Reynolds via e-mail at linda.j.reynolds.civ@mail.mil. CLIN 0001; Services; 1 quote mark Job quote mark @ $_____________ Base Year Period of Performance: To be determined upon date of award The contractor shall provide the maintenance service on the below listed Government owned equipment located in Bldg 449: X-Ray Film Processor, GD AGFA NDT SI, S/N: 5209, Model: 300/340 Service includes the following: Four (4) visits per year @ $_________ = $___________ Devclean AGFA DEV System Cleaner twice yearly = 2 ea @ $_______ = $_________ Fixclean Fixer System Cleaner twice yearly = 2 ea @ $_________ = $__________ Clear Image System Cleaner - Qty of 4 ea @ $________ = $__________ Parts - NTE $2,500.00 (must be pre approved by the TPOC) GSA Mileage ($_____ x 960) & NTE $___________ (amount decided upon award) For a total of $______________ Reference the attached statement of work. CLIN 0002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, 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. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 1001; Services; 1 Job @ $______________ Option Year One (1) Period of Performance: To be determined upon date of award The contractor shall provide the maintenance service on the below listed Government owned equipment located in Bldg 449: X-Ray Film Processor, GD AGFA NDT SI, S/N: 5209, Model: 300/340 Service includes the following: Four (4) visits per year @ $_________ = $___________ Devclean AGFA DEV System Cleaner twice yearly = 2 ea @ $_______ = $_________ Fixclean Fixer System Cleaner twice yearly = 2 ea @ $_________ = $__________ Clear Image System Cleaner - Qty of 4 ea @ $________ = $__________ Parts - NTE $2,500.00 (must be pre approved by the TPOC) GSA Mileage ($______ x 960) - NTE $__________ (amount decided upon award) For a total of $___________ Reference the attached statement of work. CLIN 1002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, 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. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 2001; 1 quote mark Job quote mark @ $_______________ Option Year Two (2) Period of Performance: To be determined upon award The contractor shall provide the maintenance service on the below listed Government owned equipment located in Bldg 449: X-Ray Film Processor, GD AGFA NDT SI, S/N: 5209, Model: 300/340 Service includes the following: Four (4) visits per year @ $_________ = $___________ Devclean AGFA DEV System Cleaner twice yearly = 2 ea @ $_______ = $_________ Fixclean Fixer System Cleaner twice yearly = 2 ea @ $_________ = $__________ Clear Image System Cleaner - Qty of 4 ea @ $________ = $__________ Parts - NTE $2,500.00 (must be pre approved by the TPOC) GSA Mileage ($______ x 960) - NTE $__________ (amount decided upon award) For a total of $_____________ Reference the attached statement of work. CLIN 2002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, 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. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. PERFORMANCE WORK STATEMENT FOR THE KODAK INDUSTREX B2000 X-RAY FILM PROCESSOR C.1 GENERAL: C.1.1 SCOPE. This is a non-personal services contract to provide maintenance services on the Kodak Industrex B2000 X-Ray Film Processor, GE AGFA NDT SI; S/N: 5209; Model: 300/340 that is used for radiographic inspection of foreign and domestic ammunition, armor targets and various other DOD items. In order to maintain the proper functionality of the processor system it must be serviced quarterly for the US Army Aberdeen Test Center (ATC). The Government shall not exercise any supervision or control over the contract service provider performing services herein. C.1.2 BACKGROUND. Aberdeen Test Center (ATC) is a multi-purpose test center with diverse test capabilities and facilities. The unique combination of ATC's experienced personnel, state-of-the-art facilities, instrumentation, equipment, automotive courses, firing ranges, and industrial fabrication/repair capabilities provide a comprehensive facility available for testing a wide variety of military items, both domestic and foreign, as well as commercial items. C.1.3 PERIOD OF PERFORMANCE (POP): Base Year POP: To be determined upon date of award Option Year One POP: To be determined upon date of award Option Year Two POP: To be determined upon date of award C.1.4 PLACE OF PERFORMANCE. Equipment is located within building 449, Aberdeen Proving Ground, MD 21005 C.1.5 HOURS OF NORMAL OPERATIONS. ATC is currently operating under an alternative work schedule. Normal hours of operation are 0600 - 1800 (including a 30-minute meal period) Monday through Thursday and Friday is 0600 - 1700 (including a 30-minute meal period). C.1.6 PERSONNEL. C.1.6.1 TRAINING, EDUCATION AND CERTIFICATION REQUIREMENTS. Must have trained and certified repair technicians on all Kodak processors & automatic feeders. Personnel must maintain current qualifications as Level 2 and Level 3 Radiographers. Requesting the availability of two (2) Kodak trained & certified personnel with the geographic area. Require the vendor to have the ability to respond with a 48 hour response timeframe. C.1.6.3 HAZARDOUS CONDITIONS. Not applicable C.1.6.4 PROGRAM MANAGEMENT AND KEY PERSONNEL. Not applicable C.1.6.5 IDENTIFICATION OF CONTRACTOR PERSONNEL. The contractor or its technician shall provide at a minimum a driver's license for ID purposes with a badge or nametag, including company name and the word Contractor below it, for the satellite service or company technician. The contractor shall ensure all personnel prominently display their nametags at all times while in a work. C.1.6.6 PERSONAL PROTECTIVE EQUIPMENT (PPE). Not applicable C.1.7 SAFETY. Not applicable C.1.8 SECURITY: C.1.8.1 UNESCORTED ACCESS INTO RESTRICTED AREAS: Any technician required to come to ATC will coordinate with and be escorted by a government employee, preferably the COR and/or TPOC to Building 449. C.1.8.2 NCIC REQUESTS. Not Applicable C.1.8.3 SECURITY BADGES: An escort required badge will be worn by the contractor or its technician for any on-site visit. C.2 TASK: Provide the yearly maintenance service on the Kodak Industrex B2000 X-Ray Film Processor, GE AGFA NDT SI; S/N: 1029; Model: 300/340. C.2.1 REQUIREMENTS: C.2.1 Provide the maintenance repair and service required for the Kodak X-Ray Film Processor; S/N: 1029; Model: 300/340 which includes all of the below: Cleaning: Clean and rinse tanks, racks, and guide plates Reflection plates and rollers Replace air, water and replenishment filters as necessary Clean interior and exterior surfaces Perform 2 deep cleanings per year with approved developer and fixer cleaners Inspection: Inspect transport units for excess motions and side play Inspect racks and crossovers bearings for wear Inspect and lubricate main drive gears Inspect and adjust feed table position Inspect panels for light tightness Inspect dryer section for proper function Inspect tanks, hoses, and connections for leaks Inspect electrical connections for proper connection Functionality: Check circulation and replenishment pumps Check main drive motor and gear box Check main blower and cooling fans Check developer and fixer temperature Check dryer function Check film scanning function Check solenoid valves Check mixer and accessories Tuning and Adjustments: Adjust developer and fixer temperature Adjust replenishment pump outputs Adjust main and intermediate water inputs Perform manual and electronic tests Operation: Process large and small film Check operating modes Check speed index C.3 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). The QASP describes the procedures the government will use to ensure that the service provider is meeting the minimum requirements of the PWS. The service provider is responsible for building quality into the process. The QASP includes the method of inspection the government will use, the reports required, and the government resources to be employed. When determining the appropriate level of quality surveillance, Management must consider the level of risk acceptable given the relationship of the commercial activity to the organization's mission. The QASP shall include responsibilities, procedures, techniques, criteria and guidelines for the proper execution of the plan. It can be incorporated in the SOW as Exhibit (s). C.4 GOVERNMENT TECHNICAL POINT OF CONTACT (TPOC). C.4.1 TPOC. To be determined upon award C.5 CONFIDENTIALITY: C.5.1 This project and all materials provided to the contractor by the COR and results, conclusions and recommendations obtained thereof should be considered confidential in nature and treated with the same level of care that the Contractor treats its own confidential business information. The information shall not be disclosed, copied, modified, used (except in the completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not limit to inclusion in any database external to the Government without the Government's express consent. C.6 NON-PERSONAL SERVICE STATEMENT. C.6.1 Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. The contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds or the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6237a0ece0b2c478be159f54060e71ca)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV 6001 Combat Drive Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03555160-W 20141023/141021234540-6237a0ece0b2c478be159f54060e71ca (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 |