SOURCES SOUGHT
J -- To provide full maintenance service on the Ion Chromatographs & systems
- Notice Date
- 10/27/2014
- Notice Type
- Sources Sought
- 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
- 0010526179
- Response Due
- 11/3/2014
- Archive Date
- 12/26/2014
- 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
- Total Small Business
- Description
- This is a Sources Sought Announcement and request for information only. This is not a Request for Proposals and does not constitute a commitment, implied or otherwise, that the Government will take procurement action on this matter. Requests for a solicitation will not receive a response. The Government will not be responsible for any cost incurred in furnishing information provided under this Sources Sought Announcement. Responses will assist the Government in determining potential responsible sources and to determine the technical capability of the domestic services base. CLIN 0001; Services; Firm Fixed Pricing; 1 quote mark Job quote mark @ $_________ Base Year Period of Performance: to be determined upon date of award for one year The contractor shall provide the full maintenance service on all of the equipment as listed within the attached Performance Statement of Work. INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. 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; Firm Fixed Pricing; 1 quote mark Job quote mark @ $__________ Option Year One's Period of Performance: to be determined upon date of award for one year The contractor shall provide the full maintenance service on all of the equipment as listed within the attached Performance Statement of Work. INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. 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; Firm Fixed Pricing; 1 quote mark Job quote mark @ $____________ Option Year Two's Period of Performance: to be determined upon date of award for one year The contractor shall provide the full maintenance service on all equipment as listed within the attached Performance Statement of Work. INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. 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 STATEMENT OF WORK FOR THE ION CHROMATOGRAPH INSTRUMENT 1. DESCRIPTION OF THE SERVICE/MAINTENANCE. This procurement is a non-personal services contract for the maintenance of the Ion Chromatograph Instrument located in Building 363 (see the list of equipment below). This contract is needed to maintain liquid and gas chromatography instrumentation and associated data stations. The system must be operational and be able to meet manufacturers' specifications. Properly working instruments are needed to meet ISO 17025 criteria for accreditation. 2. REQUIREMENTS: The cost of the contract shall cover the following at no additional charge. a. At least one preventive maintenance visit, to include system calibration and alignment, per contract year for each instrument covered. b. All parts needed to keep the instrumentation properly functioning and within manufacturers specifications. Only new OEM (Original Equipment Manufacturer) parts shall be used for repairs. Rebuilt parts and third party parts are forbidden. c. All associated labor, per diem, mileage, and other related expenses will be incurred by the service representatives. d. All software upgrades are to be included for all covered systems. Specifically the data collection/analysis software and quantitative software. Knowledgeable telephonic support for software will be provided from 9 am to 5 pm EST Monday through Friday. Software media must be provided. e. The government shall be given upon request proof of competency of service personnel. This may include but is not limited to certificate of completion of authorized repair training on any or all of the equipment covered. Failure to produce proof of adequate specific training on the covered equipment will be a violation of this contract and can be used as grounds to terminate this contract. f. The covered equipment is located in the controlled access area of a U.S. Military base. All service personnel must be citizens of the United States of America to be granted access to the equipment. g. Response time: The service company shall respond by being on site to effect repairs no later than 4 working days (excluding weekends and declared federal holidays) after initial contact by the government. Lab hours: are 7 am to 3 pm Monday through Friday. The lab is closed every other Friday. h. The service company shall provide loaner equipment of the same or updated model type for use at the above locations if the following occurs: the equipment is removed from its original location to render service, or the equipment cannot be rendered serviceable within 14 working days of the initial repair visit. i. Billing: All billing will be processed through Wide Area Work Flow (WAWF). The contactor shall send an e-mail to each POC when invoices are posted in WAWF. 3. LOCATION OF COVERED EQUIPMENT: Aberdeen Test Center 400 Colleran Road, Bldg. 363 Aberdeen Proving Ground, Maryland 21005-5059 4. POINT OF CONTACT: Technical Contract Officer Representative (TCOR): To be determined upon date of award 5. SUGGESTED VENDOR: To be determined upon award 6. PERIOD OF PERFORMANCE: Base Year: 1 December 2014 through 30 November 2015 for a total of $________________ Option Year One: 1 December 2015 through 30 November 2016 for a total of $___________ Option Year Two: 1 December 2016 through 30 November 2017 for a total of $_________ 7. LIST OF EQUIPMENT: HPLC System #1 G2170AAHPLC 3D ChemStation Software G1315A1100 Diode-array Detector, SN: DE91608014 G1313A1100 Autosampler, SN: DE91610801 G1316A1100 Thermostatted Column Compartment, SN: DE91613144 G1322A1100 Vacuum Degasser, SN: JP73020544 G1311A1100 Quaternary Pump, SN: DE91608865 G1362A1100 Refractive Index Detector SN: CN43801718 GC System #1 G1530A6890 Plus GC System, SN: US00024519 G2614A7683 Autosampler Tray SN: US14813674 G2613A7683 Autoinjector Module, SN: US14821100 G1099A5973 MSD Turbo-Pump Mainframe, SN: US80221463 G2170AAGC ChemStation Software GC System #2 G1540N6890N Network GC System Custom, SN: US10303093 G2614A7683 Autosampler Tray SN: US24314921 G2613A7683 Autoinjector Module, SN: US24321397 G2170AAGC ChemStation Software GC/MS System 18596C7673 Autosampler Tray Module, SN: US95206199 G1513A7673 Autoinjector Tower Module, SN: US80605073 G1512A7673 Controller Module, SN: US81305310 59864BIon Gauge Controller, SN: US60101942 G1530A6890 Plus GC System, SN: US00021559 G3172A5975 MSD, SN: US10303601 G1701DAGC/MS ChemStation Software 8. PREVIOUS CONTRACT NUMBER: W91ZLK-10-F-0117 9. SECURITY BADGES: Security badges will only be issued to contractor personnel in accordance with APGR 190-4. Security badges shall be approved and issued by ATC Security personnel to contractor personnel upon written request from the TPOC and after the investigation or security clearance has been verified. Contractor personnel shall wear the security badge above the waist at all times while in the restricted (security) areas of APG. Contractor personnel shall only display the security badge while inside the security area and ensure that it is out of sight once they exit the security area. The badge WILL NOT be used as identification to gain access to the installation and/or for identification off the installation. The contractor is responsible for ensuring compliance by the contractor personnel. 10. NON-PERSONAL SERVICE STATEMENT: Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. 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 of 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). 11. CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil. RESPONSES ARE DUE NO LATER THAN 3 November 2014 at 8:00 am EST. The Government reserves the right to close this Sources Sought Notice once it has received an adequate number of responses. All requests for further information must be made via email. Telephone requests for additional information will not be honored. For questions, potential respondents shall email the Purchasing Agent at linda.j.reynolds.civ@mail.mil. Contracting Office Address: ACC-APG - Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Tenant Division 6001 Combat Drive, Aberdeen Proving Ground, MD 21005-1846 Commercial Phone: 443-861-4741 Point of Contact(s): Linda Reynolds, 443-861-4743 E-mail: linda.j.reynolds.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e55c47523c723fae9c1cc79c2ea3d1da)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Record
- SN03558962-W 20141029/141027235323-e55c47523c723fae9c1cc79c2ea3d1da (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 |