Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

R -- Engineering Support For Field Feeding Equipment and Systems; This involves: Thermodynamics, heat transfer, refrigeration, heating, ventilation, air-conditioning, fluid dynamics, hydraulics, pneumatics, process controls etc.

Notice Date
8/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY15R0046
 
Response Due
9/7/2015
 
Archive Date
10/7/2015
 
Point of Contact
stephen abate, 508-233-6160
 
E-Mail Address
ACC-APG - Natick (SPS)
(stephen.s.abate.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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. The solicitation number for this procurement is W911QY-15-R-0046 and issued as Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS). The North American Industry Classification System is 541330. This requirement is a total small-business set aside. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted to the following address: ACC- APG- Natick Contracting Division (CCAP-SCN); Bldg 1 (3rd Floor), ATTN: Stephen Abate, 15 Kansas Street Natick MA 01760, Subject RFP W911QY-15-R-0046 The responses shall contain; 52.212-1 Instructions to Offerors--Commercial ItemsAPR 2014 ADDENDUM TO 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) 1. System for Award Management (SAM) - Any Offeror that submits a proposal in response to this solicitation must be registered in the System for Award Management (SAM), in accordance with FAR Clause 52-232-33 and DFARS Clauses 252-2001-7000 and 525.204-7004 Alt A, prior to contract award. Registration information can be found at: https://www.sam.gov/portal/public/SAM;. 2. Proposal Submission: The Offeror shall submit a proposal consisting of three (3) volumes. These three volumes shall be labeled, Volume I - Technical Proposal; Volume II -Past Performance; and Volume III- Cost/Price Proposal. Volume I - The technical proposal shall provide a technical description of how the Statement of Work (SOW) will be successfully accomplished. The Offeror shall provide examples and describe their level of understanding/mastery regarding currently fielded food service equipment systems and their performance. The Offeror shall provide examples of their knowledge/expertise regarding current food service equipment R&D activities across the DoD. The Offeror shall provide examples of their knowledge and expertise of food and field services systems. This volume shall also contain the following information: Factor A: Technical Experience/Expertise and Key Personnel. This section shall include individual expertise, and/or qualification statements for the key personnel proposed to work on the program should the Offeror be chosen. The Offeror shall submit resumes for all proposed technical personnel (administrative staff excluded). The resumes shall state the name and position currently held by the individual, his/her responsibilities, total years at the position held, brief description of education, experience, accomplishments, and at least three references. The offeror shall provide resumes for only those personnel for whom the Offeror can make a firm commitment to any resulting contract. Any uncertainties and/or part-time staff assignments shall be clearly identified. For verifications purposes, resumes shall include all relevant dates and the names, addresses, and telephone numbers of all educational institutions, employers listed, and references (preferably government). Resumes shall indicate experience in managing and/or directing projects similar to those described in the scope of work. Key personnel should include individuals responsible for program and project management and execution. Information submitted should include but is not limited to proposed team members' experience working on projects of similar scope. The Proposal shall also include letters of intent from subcontractors showing evidence of firm contractual commitment for this acquisition. Specific information to be submitted shall include information to demonstrate technical competence in the following areas: (A)Providing broad and complex engineering technical support to a team comprised of research and development engineers (predominately mechanical) engaged in a wide range of technology and equipment development efforts. (B)Experience in the design, testing, modification, operation, and maintenance of process control equipment and systems including the design and fabrication of control panels. (C)Experience in troubleshooting and repairing electrical systems (120v, 208v, 480v-single, and three phase). Must be able to read and understand wiring diagrams and electrical schematics. (D)Experience in the troubleshooting and repair of motors, pumps, pneumatic and hydraulic systems. (E)Experience in the maintenance, repair, and operation of military fuel fired field feeding burners such as the Babington Airtronics Burner and the Modern Burner Unit (MBU). (F)Experience in the maintenance, repair, set up and operation of military field feeding equipment and systems such as the Tray Ration Heater (TRH), the Mobile Kitchen Trailer (MKT), the Containerized Kitchen (CK), Containerized Kitchen Improvement, the Multi Temperature Refrigerated Container System (MTRCS), Solid Waste Remediation-Incinerator, Food Sanitation Center, and the Assault Kitchen (AK) (G)Experience in the maintenance, repair, and operation of environmental test and burner testing chambers. (H)Experience in the maintenance and operation of testing and instrumentation systems used in a research and development setting. (I)Experience in establishing and executing project plans that support overall engineering research and development efforts. (J)Experience with warehouse operation, U. S. Army's Property Book Unit Supply Enhanced (PBUSE). Specific tasks to in performance of monthly and yearly inventory in addition to other logistics and property accountability documentation for the team. (K)Experience with Force Provider equipment to include, but not limited to the All Electric Kitchen (AEK), Electric Tricon Kitchen (ETK), Expeditionary Shower System (ESS), Expeditionary Latrine System (ELS), Environmental Control Unit (ECU), Source Water Pumps, and the Army Water Heater 400 (AWH400) (L)Familiarity with Army Repair Parts and Special Tools List's (RPSTL's) and Technical Manual's (TM's) with emphasis on Food Service Equipment Team Documentation. Specific tasks include providing technical support for fielding's and fielded systems to include independent travel to provide support at test sites, including Military Bases (M)Familiarity with the Containerized Ice Making System (CIMS) and Battlefield Ice Making systems. Specific tasks include operation and troubleshooting Carrier Refrigeration Units with respect to the MTRCS System. (N)Performing maintenance on team equipment throughout the year to include removal of snow from the roofs of the equipment and maintenance pathways for access to the equipment on display. This will also include preparation of equipment for demonstrations and briefings as required. (O)Performing routine to moderately complex engineering analysis and prepare technical reports. (P)Performing or assisting in preliminary layouts and drawings for a wide range of equipment, using engineering criteria, subject matter expertise, and judgment. (Q)Performing engineering analysis to determine cause of the malfunction of field equipment items. (R)Modifying equipment to meet specific installation configuration requirements. (S)Preparing shop drawings and sketches for the construction of prototypical hardware items of a mechanical nature. (T)Preparing technical specifications for review/approval and prepare cost and material estimates. (U)Testing equipment using a wide range of test and instrumentation (T&I) apparatuses and prepare modifications procedures to adapt (T&I) hardware to meet specific test requirements. (V)Building, modifying, and assembling prototype field feeding systems. (W)Conducting warehouse operations and operate a forklift truck: (X)Designing and constructing custom shipping crates for food service equipment. (Y)Forklift operation Volume II - Past Performance - Offerors shall submit up to four (4) past or current contracts that are similar in nature to the work that shall be performed under solicited contract. All information required pertains to all proposed major subcontractors, as well as the Offeror. Major subcontractors are those that are expected to perform ten (10) percent or more of the cost for the proposed effort. The Offeror shall submit with their proposal their major subcontractors' letter(s) of consent allowing the Government to disclose the subcontractors' past performance to the Offeror during negotiations. Contract descriptions. Past performance information on no more than 4 contracts (as a prime or subcontractor) over the past five (5) years) which are relevant to the efforts required by this solicitation shall be submitted. The Government may choose to investigate contracts beyond the past five (5) years for the purpose of the evaluation. In addition, any and all contracts terminated in whole or in part during the past five (5) years, to include those currently in the process of such termination are considered relevant and the Offeror shall provide past performance information for those contracts. Information shall include the following: - Role as prime or subcontractor - Place of performance, CAGE Code and DUNS numbers - Contracting activity, current address, telephone and FAX numbers - Procuring Contracting Officer's name, current telephone and FAX numbers - Technical representative/COR name, current telephone and FAX numbers - Contract Number - Contract Type - Awarded Cost/Price - Final or projected final cost/price - Original delivery schedule - Final or projected final, delivery schedule - History of compliance with government requirements for IILS data to include; training manuals, engineering drawings and technical reports. - Effectiveness of actions taken to resolve past and ongoing performance problems. Performance. For each of the Contracts described above the Offeror shall describe the objectives achieved detailing how the effort is similar to the requirements of this solicitation. For any contracts which did not/do not meet the original requirements with regard to original cost, schedule, and/or technical performance, the Offeror shall provide a brief explanation of the reason(s) for such shortcomings and any demonstrated corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised, and provide an explanation of why the revision was necessary. The Offeror shall also provide a copy of any cure notices or show cause letters received on each contract listed and description of any corrective action taken. For any contracts terminated for default or cause, the Offeror shall address the reasons for the termination. 52.212-2 Evaluation - Commercial Items OCT 2014 ADDENDUM TO 52.212-2 Evaluation - Commercial Items (OCT 2014) 1) EVALUATION PROCESS. The technical panel will provide a detailed evaluation and assign a combined technical/risk rating for the Technical and Management Areas. The Past Performance Area will receive only a performance risk rating. The Contract/Price Proposal Area will be evaluated by the Contracting Officer and/or Price Analyst in accordance with the evaluation criteria established in Area III. The Small Business Participation Plan and Small Business Subcontracting Plan Area will be evaluated in accordance with FAR 19.705, DFARS 219.705 and the AFARS, Appendix DD and will include the Small/Small Disadvantaged Business Utilization factor. This, and other factors under Subcontracting, will receive an adjectival rating only. The technical panel will rate each Area and Factor by consensus for each proposal submitted and will prepare initial and final reports. If consensus is not obtainable, a minority report prepared and signed by the dissenting evaluators shall be presented to the Contracting Officer for consideration. The Government technical evaluation panel will evaluate proposals in accordance with the process and evaluation criteria stated herein, and will document the evaluation by providing a narrative discussion of the evaluation of each proposal in terms of the evaluation criteria and proposed strong points (strengths), weak points (weaknesses), and deficiencies. This narrative discussion shall be incorporated into a report, which will be presented to the Contracting Officer to assist in the competitive range determination. Upon establishment of the competitive range, and to the extent deemed necessary at the sole discretion of the Contracting Officer, written discussion items (DIs) will be issued to remaining Offerors, using control numbers, to further investigate any weaknesses, deficiencies, or other subjects identified by the technical panel as germane to the evaluation process. These DIs are considered exchanges/discussions in accordance with FAR 15.306(d). The Contracting Officer may also issue DIs relating to any matter that requires written revisions to a proposal for which a binding agreement is required/desired. The technical panel will be responsible for briefing the Contracting Officer at all steps of the evaluation process. The technical panel shall provide its report to the Contracting Officer for a final briefing, if necessary. 2) RATING METHODS/DEFINITIONS (a) Technical Factor: One of the following ratings will be assigned: TECHNICAL RATINGS Rating Definition Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Unacceptable Proposal does not meet requirements and contains one or more deficiencies. QUALITY/PERFORMANCE CONFIDENCE ASSESSMENT: Assess the quality of the offeror's past performance on those recent efforts that were determined relevant by determining how well the contractor performed on the contracts. Documented results from Past Performance Questionnaires, interviews, CPARS, and other sources form the support and basis for this assessment. Once the Relevancy and Contract Performance of the past performance contracts has been established, the offeror will be assigned one Performance Confidence Assessment for the Past Performance Area as described by the table below PAST PERFORMANCE RELEVANCY RATINGS Rating Definition Very Relevant Present/past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. PAST PERFORMANCE RATINGS Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (See note below.). No Confidence Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance and in the context of acceptability/unacceptability, quote mark unknown quote mark shall be considered quote mark acceptable. quote mark (b) Price Factor: Price proposals will be rated based on 1960 hours and price per report. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. Bid Schedule, Delivery Schedule, CLIN 0001 Technical Engineering Support One (1) Contractor Man-year (1960 hours) for a Technical Engineer. Support of ongoing research and development projects involving field feeding equipment and systems for Product Manager Force Sustainment Systems Directorate. Work shall be completed IAW the performance work statement (PWS) Addendum to FAR Clause 52.212-4. CLIN 0002 Travel Travel is based on an actual cost incurred and reimbursed in accordance with the Joint Travel Regulation in effect at the time of travel. CLIN 0003 Monthly Status Report CLIN 0004 Accounting For Contract Services Not Separately Priced (NSP) Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: Base Year Option Year I Option Year II Option Year III Option Year IV PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. 52.212-4Contract Terms and Conditions--Commercial ItemsMAY 2015 ADDENDUM TO FAR 52.212-4 Technical Engineering Support for Product Manager Force Sustainment System Statement of Work General Information 1. General: The contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except those furnished by the Government) to accomplish tasks of the type set forth below. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform engineering support as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The contractor will provide technical engineering support to a diverse team of engineers engaged in a wide range of research and product development projects for field feeding equipment and systems. The team engages in a wide range of technical research and development efforts involving: Thermodynamics, heat transfer, refrigeration, heating, ventilation, air-conditioning, fluid dynamics, hydraulics, pneumatics, process controls and automation, electrical distribution, etc. 1.3 Objectives: Over the course of this work effort, the contractor shall provide broad engineering technical support, on site, to ongoing research and development projects involving field feeding equipment and systems for the U. S. Government. 1.4 General Requirements: The contractor shall: 1.4.1 Provide broad and complex engineering technical support to a team comprised of research and development engineers (predominately mechanical) engaged in a wide range of technology and equipment development efforts. 1.4.2 Have substantial experience in the design, testing, modification, operation, and maintenance of process control equipment and systems including the design and fabrication of control panels. 1.4.3 Have substantial experience in troubleshooting and repairing electrical systems (120v, 208v, 480v-single, and three phase). Must be able to read and understand wiring diagrams and electrical schematics. 1.4.4 Have substantial experience in the troubleshooting and repair of motors, pumps, pneumatic and hydraulic systems. 1.4.5 Have substantial experience in the maintenance, repair, and operation of military fuel fired field feeding burners such as the Babington Airtronics Burner and the Modern Burner Unit (MBU). 1.4.6 Have substantial experience in the maintenance, repair, set up and operation of military field feeding equipment and systems such as the Tray Ration Heater (TRH), the Mobile Kitchen Trailer (MKT), the Containerized Kitchen (CK), Containerized Kitchen Improvement, the Multi Temperature Refrigerated Container System (MTRCS), Solid Waste Remediation-Incinerator, Food Sanitation Center, and the Assault Kitchen (AK) 1.4.7 Have experience in the maintenance, repair, and operation of environmental test and burner testing chambers. 1.4.8 Have experience in the maintenance and operation of testing and instrumentation systems used in a research and development setting. 1.4.9 Have experience in establishing and executing project plans that support overall engineering research and development efforts. 1.4.10 Have experience with warehouse operation, U. S. Army's Property Book Unit Supply Enhanced (PBUSE). Specific tasks to in performance of monthly and yearly inventory in addition to other logistics and property accountability documentation for the team. 1.4.11 Have experience with Force Provider equipment to include, but not limited to the All Electric Kitchen (AEK), Electric Tricon Kitchen (ETK), Expeditionary Shower System (ESS), Expeditionary Latrine System (ELS), Environmental Control Unit (ECU), Source Water Pumps, and the Army Water Heater 400 (AWH400). 1.4.12 Have familiarity with Army RPSTL's and Training Manuals (TM) with emphasis on Food Service Equipment Team Documentation. Specific tasks include providing technical support for fielding's and fielded systems to include independent travel to provide support at test sites, including Military Bases. 1.4.13 Have familiarity with the Containerized Ice Making System (CIMS) and Battlefield Ice Making systems. Specific tasks include operation and troubleshooting Carrier Refrigeration Units with respect to the MTRCS System. 1.4.14 Perform maintenance on team equipment throughout the year to include removal of snow from the roofs of the equipment and maintenance pathways for access to the equipment on display. This will also include preparation of equipment for demonstrations and briefings as required. 1.4.15 Perform routine to moderately complex engineering analysis and prepare technical reports. 1.4.16 Perform or assist in preliminary layouts and drawings for a wide range of equipment, using engineering criteria, subject matter expertise, and judgment. 1.4.17 Perform engineering analysis to determine cause of the malfunction of field equipment items. 1.4.18 Modify equipment to meet specific installation configuration requirements. 1.4.19 Prepare shop drawings and sketches for the construction of prototypical hardware items of a mechanical nature. 1.4.20 Prepare technical specifications for review/approval and prepare cost and material estimates. 1.4.21 Test equipment using a wide range of test and instrumentation (T&I) apparatuses and prepare modifications procedures to adapt (T&I) hardware to meet specific test requirements. 1.4.22 Build, modify, and assemble prototype field feeding systems. 1.4.23 Conduct warehouse operations and operate a forklift truck: 1.4.24 Design and construct custom shipping crates for food service equipment. 1.5 Forklift operation 1.5.1 The contractor shall be required to operate government owned forklifts at the Natick Soldier Systems Center facility to perform their duties. The contract may be required to operate any forklift at the NSSC facility with the exception of the 10k rough terrain forklift. The government shall provide OSHA approved training provided by the Logistics Readiness Center, which covers all aspects of the safe operation of the equipment including the use of safety restraints, pre-operation/inspection requirements, proper loading, avoidance of hazards and overhead clearance. The designated contractor personnel shall pass all necessary tests/training prior to operation of any government forklift, in compliance with OSHA and Installation Policies and Procedures. 1.5.2 The Contractor when issued a government forklift will be required to inspect forklift and ensure maintenance/repair of the forklift is conducted on a regular basis. Forklift inspections must include the condition of tires and wheels, cracks in lifting arms and support structures, hydraulic leaks in pistons and brake systems, and fluid levels for the engine and hydraulic systems. Contractor shall report maintenance requirements to the Logistics Readiness Center in a timely manner, upon knowledge of any issues. The Contractor will be required to attend periodic safety training as required. 1.5.3 Contractor Liability for Government Property. 1.5.3.1 Unless otherwise provided for in the contract, the Contractor shall not be liable for loss of Government property furnished or provided as Government Furnished Equipment (GFE) under this contract, except when any one of the following applies: 1.5.3.1.1 The risk is covered by insurance or the Contractor is otherwise reimbursed (to the extent of such insurance or reimbursement). The allow ability of insurance costs shall be determined in accordance with 31.205-19. 1.6 General Information 1.6.1 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.2 Recognized Holidays: The contractor is not required to perform services on holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.3 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0630 and 1800 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.7.4 Place of Performance: The work to be performed under this contract will be performed at US Army Soldier System Center a government facility in Natick, MA. 1.7.5 Type of Contract: The government will award a Firm-Fixed-Price contract. 1.7.6 Security Requirements: Security clearance not required for this effort. 1.7.6.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information, and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.7.6.2 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer 's Representative (COR) or the contracting Officer. 1.7.6.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.7.6.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.7.7 Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. 1.7.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings, the Contracting Officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.7.9 Contracting Officer Representative (COR): The COR is not authorized to change any of the terms and conditions of the resulting contractor. The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. 1.7.10 Key Personnel: The following personnel are considered key personnel by the government: contract manager and Alternate contract manager. After award, the contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between the hours of 8:00 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: Contract Manager and Alternate shall have experience with Microsoft office software. 1.7.11 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor personnel will be required to obtain and wear badges in the performance of this service. 1.7.12 Contractor Travel: Contractor will be required to in CONUS during the performance of this contract to attend meetings, conferences, and training. The contractor may be required to travel to off-site training locations and to ship training aids to these locations in support of this PWS. It is estimated that the maximum amount of travel time is eight weeks. Travel is on a cost reimbursement basis without fee. Travel costs are limited to the constraints of FAR 31.205-46 and the Joint Travel Regulations. Travel must be authorized by the COR. Contractors must submit documentation to support the claims for reimbursable travel prior to invoicing. The Contractor shall generate a Trip Summary Report describing the events and discussions that occurred. 1.7.13 Other Direct Costs: This category includes travel outlined in 1.7.12. 1.7.14 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.7.15 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.7.16 Contract Management: required to obtain and wear badges in the performance of this service. 1.7.16.1 Contractor employees performing services under this contract shall be controlled, directed, and supervised at all times by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in this Performance Work Statement and as required by the contracting officer or the contracting officer's representative (COR). Contractor employees shall perform independent of and without the supervision of any Government official. Actions of contractor employees 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 U.S. 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 shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks. quote mark 1.7.16.2 A monthly status report will be provided to the Government with the information found in Exhibit A, DD 1423-1, Contract Data Requirement List (CDRL). The monthly status report is due by the 5th of every month, after the first 30 days after contract award. 1.7.17 Unescorted Contractor Employees: Unescorted contractor employees with area of performance on Army controlled facility, installation, or area: 1.7.17.1 Following installation access and general protection/security policy and procedures. Contractor and all associated sub-contracts employees shall comply with applicable installation, facility, and area commander base access and local security policies and procedures (provided by the COR). 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 personal identity verification requirements as directed by DOD, Army, and or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.7.17.2 Antiterrorism Level 1 Training. All contractor employees, to include subcontractor employees, requiring access DoD premises shall complete Antiterrorism (AT) Level 1 awareness training within 15 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee, to the Contracting Officer's Representative (COR) or to the Contracting Officer, if a COR is not assigned, within 20 calendar days after completion of training by all employees and subcontractor personnel. DoD premises include buildings or leased spaces and its grounds and approaches, and Government-Owned-Contractor Operated facilities. AT level 1 awareness training is available at the following website: https://atlevel1.dtic.mil/at. quote mark 1.7.17.3 iWATCH Training. The contractor and all associated sub-contracts shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Antiterrorism Officer (ATO). This training should inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the Contracting Officer's Representative. This training shall be successfully completed within 30 days of contract award and within new employees must successfully complete within 15 days of their reporting for duty with the results reported to the COR no later than 40 days after contract award. 1.7.18 Information Assurance: Access to Government information Systems. All contractor and subcontractor employees with access to a government info 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 Training prior to access to an IS and then annually thereafter. 1.7.19 Operations Security (OPSEC): Contractors shall comply with DoD Directive 5205.02 and any applicable service regulation and Army Regulation 530-1. This OPSEC officer shall provide all contractor personnel OPSEC Awareness training within 30 days of the beginning of contract performance. The contents of the training shall comply with AR 530-1 chapter 4-2. The contractor shall ensure all subcontractors comply with these regulations. PART 3 - GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Facilities: The Government will provide the necessary workspace for the contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, forklift truck, and other items necessary to maintain an office environment. 3.2 2 Utilities: The Government will provide all utilities in the facility will be available for the contractor's use in performance of tasks outlined in this PWS. If utilities are furnished, the following is required: The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.3 Equipment: The Government will provide access to a forklift truck, scanners, fax machines, printers, shipping crates, and lighting. 3.4 Materials: The Government will provide technical manuals for equipment items. PART 4 - CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2. CONTRACTOR MANAGEMENT REPORTING (CMR): See AFARS Clause 5152.0237- 4005, Accounting for Contract Services. CLAUSES INCORPORATED BY REFERENCE The following listed FAR clauses apply to this solicitation and are hereby Incorporated: 52.203-11 Certification And Disclosure Regarding Payments To SEP 2007 Influence Certain Federal Transactions 52.203-12 Limitation On Payments To Influence Certain Federal OCT 2010 Transactions 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-19 Incorporation by Reference of Representations and DEC 2014 Certifications. 52.223-6 Drug-Free Workplace MAY 2001 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright DEC 2007 Infringement 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-17 Interest MAY 2014 2014 52.232-40Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3Protest After Award AUG 1996 52.237-3Continuity Of Services JAN 1991 52.242-13Bankruptcy JUL 1995 52.242-15Stop-Work Order AUG 1989 52.245-1Government Property APR 2012 52.245-9Use And Charges APR 2012 52.246-25Limitation Of Liability-Services FEB 1997 52.249-1Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.253-1Computer Generated Forms JAN 1991 252.201-7000Contracting Officer's Representative DEC 1991 252.203-7000Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7001Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008 Contract-Related Felonies 252.203-7002Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-0002Line Item Specific: Sequential ACRN Order SEP 2009 252.204-7000Disclosure Of Information AUG 2013 252.204-7003Control Of Government Personnel Work Product APR 1992 252.204-7005Oral Attestation of Security Responsibilities NOV 2001 252.209-7004Subcontracting With Firms That Are Owned or Controlled By DEC 2014 The Government of a Country that is a State Sponsor of Terrorism 252.209-7992(Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations DEC 2014 252.211-7007Reporting of Government-Furnished Property AUG 2012 252.215-7000Pricing Adjustments DEC 2012 252.225-7048Export-Controlled Items JUN 2013 252.232-7003Electronic Submission of Payment Requests and Receiving JUN 2012 Reports 252.243-7001Pricing Of Contract Modifications DEC 1991 252.243-7002Requests for Equitable Adjustment DEC 2012 252.244-7000Subcontracts for Commercial Items JUN 2013 252.245-7001Tagging, Labeling, and Marking of Government-Furnished APR 2012 Property 252.245-7002Reporting Loss of Government Property APR 2012 252.245-7003Contractor Property Management System Administration APR 2012 252.245-7004Reporting, Reutilization, and Disposal MAR 2015 252.246-7001Warranty Of Data MAR 2014 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/ http://www.acquisition.gov/far/ (End of clause) ACC-APG NCD 5152.232-7003 INVOICING INSTRUCTIONS AND PAYMENT (WAWF INSTRUCTIONS) (NCD) (AUG 2009) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF): (1) The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at https://wawftraining.eb.mil/wbt/ (2) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: Invoice as 2-in-1 (FP Services Only - No DD250 Required) Pay DoDAAC HQ0490 Issue By DoDAAC W911QY Admin DoDAAC W911QY Inspect By DoDAAC W56YHX Service Acceptor W56YHX (c) The contractor shall submit invoices /cost vouchers for payment per contract terms. (d) The Government shall process invoices /cost vouchers for payment per contract (e) For each invoice /cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following points of contact: - Glenn Doucet: glenn.a.doucet.civ@mail.mil, 508-233-4058 COR - Stephen Abate: stephen.s.abate.civ@mail.mil,508-233-6160 Contracts Specialist ACC-APG 5152.237-4005 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Sep 2011) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Army's objective is to collect as much significant Contractor Man-Year Equivalents (CME) data as possible to allow accurate reporting to Congress and for effective Army planning. Detailed instructions can be found on the Contractor Manpower Reporting Application (CMRA) website in the CMRA quote mark Contractor. User Guide quote mark or quote mark Subcontractor User Guide quote mark. The contractor must create an account upon entering the site and is required to completely fill in the required information at the CMRA website: https://cmra.army.mil. The required information includes: (1) Unit Identification Code (UIC) of the Army Requiring Activity that would be performing the mission if not for the contractor: W1D1AA (2) Command of the Requiring Activity that would be performing the mission if not for the contractor: W56YHX (3) Contracting Officer (KO) and contact information: Gail J. Pitts, phone: 508-233-6132, email: gail.j.pitts.civ@mail.mil. (4) Contracting Officer's Representative (COR) and contact information: Glenn Doucet: glenn.a.doucet.civ@mail.mil, 508-233-4058. (5) Federal Service Code (FSC) reflecting services provided by contractor (R425). (6) Location where contractor and subcontractor(s) perform the service, including the city, state, zip code, and country. When service is performed at an overseas location, state only the city and country. If there are multiple Locations for an Order number, enter a separate data record for each Location. (Note: If there are many location records that need to be entered, the Bulk Loader function is available which allows the transfer of information from a contractor's system to the secure web site. The Bulk Loader Template and Bulk Loader Instructions may be downloaded from the web site.) (7) Contractor Type (prime or subcontractor). (8) Direct labor hours (including subcontractors) for each FSC. (9) Direct labor dollars paid this reporting period (including subcontractors) for each FSC. (10) Weapons system support indication: No. If subcontractors are used in the performance of this contract, several factors must be considered. Contractor shall include, and require inclusion of, this term in all subcontracts at any tier under the contract in which services are being procured. Contractor shall also enter their data in a timely manner, as subcontractors can not input any information into the CMRA system until the Prime Contractor has entered their data. The Prime Contractor has overall responsibility for ensuring subcontractors enter their respective data. Subcontractors are only responsible for entering Location Data. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2c40ddeee9038fd2354696dc8a6cf7c)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03829881-W 20150809/150807235828-a2c40ddeee9038fd2354696dc8a6cf7c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.