SOLICITATION NOTICE
J -- PREVENTATIVE MAINTENANCE, REPAIR AND INSPECTION OF MILLIPORE BRAND WATER PURIFICATION SYSTEM
- Notice Date
- 7/12/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-17-T-0170
- Archive Date
- 8/10/2017
- Point of Contact
- Sandra J. Kennedy, Phone: 4438614740
- E-Mail Address
-
sandra.j.kennedy14.civ@mail.mil
(sandra.j.kennedy14.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The solicitation number for this requirement is W91ZLK-17-T-0170. This requirement is being solicited as a unrestricted. The associated North American Industry Classification System (NAICS) Code is 811219, the Small Business Size Standard is $20,500,000.00. The Government intends to award a Firm-Fixed Price purchase order. This procurement will be evaluated as lowest price technically acceptable and in accordance with the Performance Work Statement shown listed below. PERFORMANCE WORK STATEMENT M&R contract for 8 Millipore Systems C.1 GENERAL. The objective of this contract is to provide full service maintenance support including annual preventive maintenance, repairs (corrective maintenance), and unlimited online and telephone support to resolve technical problems for the Millipore Water Purification equipment listed in C.3 C.1.1 SCOPE. This is a non-personal services contract to provide all preventive and corrective maintenance necessary to maintain properly running water purification systems (8 Millipore units) (equipment list found in C.3). This contract covers all necessary repairs, parts, and travel expenses incurred to ensure equipment functionality. The Government shall not exercise any supervision or control over the contract service provider performing services herein. C.1.2 BACKGROUND. The Millipore water purification systems have been utilized in the Chemical Sampling and Analysis Branch within the Warfigher Directorate of Aberdeen Test Center (ATC) for 20 years. This equipment is used to supply different types of purified water to organic, inorganic and environmental chambers In Accordance With Military, EPA, and other standard test methods. Units are replaced when money is available to upgrade. Three of the 8 units are at from 15 to 20 years old and are still a vital part of the labs analysis and testing. C.1.3 PERIOD OF PERFORMANCE (POP). To Be Determined (TBD) C.1.4 C.1.5 CONTRACT TYPE. This will be Firm Fixed Price (FFP) contract. C.1.6 PLACE OF PERFORMANCE. Work shall be performed at the contractor's facility (telephone support) and/or the U.S. Army ATC, Aberdeen Proving Ground, MD (all preventive and corrective maintenance). C.1.7 WORK SCHEDULE. C.1.7.1 ATC is currently operating under an alternative work schedule. When contract performance takes place at ATC, the contractor shall perform within the hours of the government alternative work schedule. The work schedule is 8 workdays of 9 hours each, 1 workday of 8 hours, and every other Friday known as the Regular-Day-Off (RDO) as shown below. All workdays commence at 0700. M T W T F Week 1 9hrs 9hrs 9hrs 9hrs 8hrs Week 2 9hrs 9hrs 9hrs 9hrs 0hrs C.1.7.2 When contract performance takes place at ATC, work shall be performed during normal business hours. Work shall not be scheduled during the following Federal Holidays: New Year's Day, M.L. King Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. C.1.7.3 When contract performance takes place at ATC, all work shall be coordinated in advance with the Government Contracting Officers Representative (COR). C.1.7 PERSONNEL. The contractor shall accomplish the assigned work by employing certified Millipore service representatives with training and experience on the Elix 25, Elix 10, Element and Advantage systems and system internal software. The contractor shall provide proof of competency of service personnel to include formal certificates of training, upon request. C.1.8 SAFETY. The contractor shall provide all safety equipment required for contractor personnel operating in an industrial area in accordance with OSHA standards and ATC regulations and procedures. Contractor personnel shall have personal protective equipment in their possession at all times while performing modification services and shall utilize this equipment in accordance with OSHA standards, ATC regulations, and as conditions warrant. This shall include, but is not limited to safety shoes, hard hats, eye protection, hearing protection, work gloves and personal fall arrest systems. The Contractor shall abide by all ATC Safety Policies at no additional cost to the government. C.1.8.1 PERSONAL PROTECTIVE EQUIPMENT (PPE). All contractor personnel shall wear the appropriate PPE when in the following work areas: range areas where entrance is controlled by the Range Operations Team, industrial buildings, at construction sites, test sites and test facilities. Other areas may be reviewed to determine if hazards are present which necessitate the use of PPE. Failure to wear/use PPE may cause removal from the job site and/or seizure of non- compliant equipment/items. C.1.9 SECURITY. C.1.9.1 Usage of Privately Owned Personal Electronic Devices (PEDs) Within the Restricted Area (RA). Contractors are not authorized to bring any personally owned electronic devices into the Restricted Area (RA) without approval by ATC Security. A privately owned personal electronic device (PED) is defined as a civilian multifunction cell phone, Smartphone, personal digital assistant, tablet, blackberry, personal wireless fitness devices (PWFD), digital inventory devices and electronic recording/storage devices. Photography and recording devices of any kind are prohibited and will be strictly enforced. C.1.9.2 Reports of Adverse Information. The ATC Security Manager may deny a contractor access into APG restricted areas based upon adverse information that is discovered on that individual. C.1.9.3 Installation Access. All contractor personnel will comply with the requirements of APG Regulation 190-4, Movement Control Within the Installation, for entry, exit and internal control of personnel, material and vehicles on APG. To gain access to APG, the contractor will provide a valid driver's license and a valid vehicle registration. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property in accordance with Army Regulation 190-13, The Army Physical Security Program. C.1.9.4 Access into the Restricted Area (RA). All access into the Restricted Area (RA) under this contract will be by escort only. Contractor personnel requiring access shall report to ATC Visitor Control, building 324, for visitor registration and badging. Visitor Control personnel will contact the government Point of Contact (POC) to escort the contractor in the RA. C.1.9.5 Foreign Nationals/Immigrant Aliens. Foreign nationals/immigrant aliens cannot be granted access to the Restricted Area and shall not be scheduled to perform work under this contract. C.2 APPLICABLE DOCUMENTS AND AVAILABILITY. C.2.1 APPLICABLE DOCUMENTS. None C.2.2 AVAILABILITY OF DOCUMENTS. The government will be responsible for providing the contractor all ATC and/or Department of the Army SOPs or regulations. C.3 REQUIREMENTS. The cost of the contract shall cover the following at no additional charge: a List of Equipment covered under this contract: Equipment Covered: 2017 Millipore Model Number Location Serial Number Pump Type Elix-35 1 Bldg 362 F0HA39421C 22 GPM (Grundfos) 2 Bldg 362 F0HA39421E 3 Bldg 372 F4SA41140A 22 GPM (Grundfos) 4 Bldg 372 F4SA41140B Elix-10 1 Bldg 363-A F8DN62255F 1.5 GPM (Shurflo) 2 Bldg 363-BL F6DA37107A 1.5 GPM (Shurflo) Milli-Q Element 1 Bldg 363-BL F7AN97890E Milli-Q Element Milli-Q Advantage 1 Bldg 363-A F8DN62864E Location of covered equipment Aberdeen Test Center TEDT-AT-WFA Bldgs. 362, 363, 372 Aberdeen Proving Ground, Maryland 21005 5059 (Preventative Maintenance-Extended Warranty Service) Catalogue Number Description Qty ZWSE2CTUA0 ELIX 10 CT Service Advanced TM 1 ZWSE2CTUE0 ELIX 10 CT Service Essential TM 1 ZWMTINUA0 MQ ADV Service Advanced TM 1 ZWMQCTUE0 MQ CT Service Essential TM 2 ZWMQCTUA0 MQ CT Service Advanced TM 1 ZWLE1CTUT0 Elix 20, 35 Service Total TM 4 ZWLE1CTUE0 Elix 20, 35 Service Essential TM 4 ZWAAZONE1 TRAVEL ZONE 1 Summary of Consumables (OEM only) which support one year of service in quantities marked. All To Be shipped at one time to lab within 30 days of award. Catalogue Description QTY ZFA10UVM1 A10 UV LAMP =2 QGARD000D2 Q-GARD 2 =4 TANKMPK01 PE TANK MILLIPAK FILTER =1 ZFREO12FC CO2 Vent Cartridge for 250 gal tank =2 ZMQUVLP01 UV LAMP FOR MQ CENTURY =1 CDRC60202 60 GPD RO CARTRIDGE 2/PK =1 PRPK0L0S1 REPAK L1 PRE-SYSTEM PACK W/O =5 PR0G00002 PROGARD 2 ALONE (LONG) PACK =1 PR0GTL0S1 PROGARD TL1 PRETREATMENT Pack W/O =13 TANKVN02 SDS Tank Elix Vent Filter =2 5874316024 ROProtect CR Qty 24 =1 PROG0T0S2 Progard TS2 =5 QTUM00ICP Quantum ICP 1/pk =3 Service to include: One preventive maintenance visit to include system checks, per contract year for each instrument covered. Environmental equipment installation remarks Pre-maintenance equipment status (Alert/alarms - if required) Historical events review/verification Inlet screen filter check Water chemistry analysis (if required) Pre-maintenance system's parameters displayed Regulator pressure check Flow rates verification (if required) Consumable changes (if required-if available) Maintenance kit parts change (if required) Electrical verifications Hydraulic verification System test verification Post-maintenance system's parameters displayed Post-maintenance flow rates verification Product resistivity verification (if required) Product TOC verification (if required) Equipment cleaning RO membrane cleaning (if required) Post-maintenance environmental equipment installation remarks Preventative maintenance visit certification b. Four ( 4) Elix 35's systems - service essential plan and service total plan, PM service, software upgrades, preventative replacement of worn parts needed to keep the instrumentation properly functioning and within manufactures specifications. Including pump seals, pistons. Only new OEM (Original Equipment Manufacturer) (current year dated) parts shall be used for repairs. Rebuilt parts and third party parts will not be accepted. Also includes unlimited trouble shooting/repair visits, spare parts. c. All associated labor, per diem, mileage, and other related expenses incurred by the service representatives is included for the four ( 4) systems under Total service Plan. d. All software and firmware upgrades where applicable are to be included for all covered systems. Knowledgeable telephonic support for system trouble shooting will be provided from 9am to 5 pm EST Monday through Friday. 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. Security requires all service personnel to be US citizens. C.4 DELIVERABLES AND DELIVERY SCHEDULE: Detailed service reports for each visit shall be provided within 3 business days of preventive or corrective repair visits. C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES None C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide all facilities, equipment, automation systems, materials and services required for satisfaction of the contract terms. C.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Attached as a separate document. C.8 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AND TECHNICAL POINT OF CONTACT (TPOC): COR: TBD C.9 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). C.10 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, Contractor Manpower Reporting Application (CMRA), for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via CMRA. The contractor is required to completely fill in all required data fields using the following web address: https://cmra.army.mil INSTRUCTIONS to OFFERORS: ***********IT IS IMPORTANT TO READ THE ENTIRE SUBMISSION INSTRUCTIONS********* Bids are to be submitted in the following format: CLIN 0001: $_________ Preventative Maintenance, Repair and Inspection. Period of Performance (PoP) will be for one year from date of award or as stated within the purchase order. CLIN 0002: Not separately priced Accounting for Contract Services Cost for Providing Accounting for Contract Services - APG 5152.237-490, 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. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 252.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. ADDITIONAL INFORMATION AND SUBMISSION PROCEDURES: 1) Acceptance shall be at destination. 2) Shipping shall be FOB Destination to Aberdeen Proving Ground, MD. 3) Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens. 4) Provide the following detailed information with the quote: a. Point of contact name and complete contact information b. CAGE code c. DUNS number d. TIN e. Proof of factory trained service technicians (training certificates) 5) Quotes are to be submitted in the format stated within this solicitation, by the date noted with the detailed information as requested. 6) All questions must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 18 Jul 2017 at 10:00 a.m, Eastern time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2b55b640181a8a8ce9613f4b3f11c617)
- Place of Performance
- Address: Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04577131-W 20170714/170712235422-2b55b640181a8a8ce9613f4b3f11c617 (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 |