Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2018 FBO #5976
MODIFICATION

66 -- Gasmet Fourier Transform Infrared Spectrometer (FTIR) equipment service.

Notice Date
4/2/2018
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-233-SOL-00264
 
Archive Date
4/21/2018
 
Point of Contact
PATRICIA NATIVIDAD, Phone: 801/524-3413
 
E-Mail Address
PATRICIA.NATIVIDAD@PSC.HHS.GOV
(PATRICIA.NATIVIDAD@PSC.HHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
18-233-SOL-00264 Program Support Center has a requirement on behalf of U.S. Army Dugway Proving Ground for the following requirement: 541380 TYPE OF CONTRACT The Government contemplates award of a time and material contract resulting from this solicitation under FAR Part 12 and 13 procedures. The following solicitation is for a small business set-aside. This notice 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; offers are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. This is a Request for Quotations (RFQ), Additional details are included in the attached RFQ file. The attached RFQ file is hereby incorporated into this solicitation. Delivery is FOB Destination. This Procurement is Set Aside for Small Business The NAICS Code for this procurement is 541380, Testing Laboratories, for $15 million Professional, Scientific, and Technical Services. All responsible sources may submit a quote which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified within the System for Award Management System (SAM) and completion of Reps and Certs in the SAM system prior to award at www.sam.gov. Quotes for the item(s) described in the RFQ to Patricia Natividad at Patricia.Natividad@psc.hhs.gov in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. Description: The US Army Dugway Proving Grounds (DPG) owns and operates 37 Gasmet FTIR small footprint gas analyzers. This is a requested offsite repair service to be executed at the contractors' location. Only Gasmet FTIR Gas Analyzers never used to calibrate and/or monitor for Chemical Warfare Agents (CWA) can and/or will be sent outside of government control to the contractor for maintenance and repair as required by U.S. Army regulations. Items requiring service will be sent via overland express for diagnostics and repair under this service agreement. The US Army located at Dugway Proving Grounds (DPG) will be supported by this contractor. Charges shall be on a Time-and-Materials and Labor-Hour (T&M/LH) basis. The hourly rate for service should be stated per hour with a minimum charge per unit per event. Costs shall be deducted from the retainer at this rate. Item 1: Time and Material CONSIDERATION AND PAYMENT (T&M - Severable Services) In consideration of satisfactory performance of the work as described throughout this contract, the Contractor shall be paid in accordance with the fixed loaded hourly rates as shown herein for the specified categories of labor based on the number of actual hours incurred in the performance of the work specified. Fully loaded rates shall be all inclusive of direct labor, fringe benefits, applicable indirect costs, and any profit for each labor category. Also some Gasmet shall be required to be repaired at the contractor site. So include any shipping for return of equipment to Dugway Proving Ground. Additionally, the contractor shall be paid for materials and travel directly chargeable to this contract. If the options are exercised funding will be obligated by modification to the contract. The base period and option periods are priced as follows: CLIN 1 - Base Period: Labor Categories Loaded Rates Estimated Hours Estimated Total 160 Labor Subtotal $ Materials Subtotal CLIN Ceiling (Not to Exceed) CLIN 2 - Option Period 1: Labor Categories Loaded Rates Estimated Hours Estimated Total 160 Labor Subtotal $ Materials Subtotal CLIN Ceiling (Not to Exceed) CLIN 3 - Option Period 2: Labor Categories Loaded Rates Estimated Hours Estimated Total 160 Labor Subtotal $ Materials Subtotal CLIN Ceiling (Not to Exceed) MATERIAL (NON-LABOR) INDIRECT COST RATES Pursuant to the general provisions of this contract and FAR 52.212-4; Alt. I, the following fixed indirect rate to be applied against Materials is established: Type Fixed Rate Materials Handling See performance work statement. CEILING PRICE The hours and total price per labor category are for budgeting purposes only. The number of hours actually used for each category may exceed or be less than the estimate by category as long as the ceiling price for the CLIN is not exceeded. The ceiling for each CLIN is identified in Section B. The Government shall not be obligated to pay any amount in excess of this ceiling price nor is the Contractor obligated to continue performance if to do so would exceed this ceiling price. In the event that the Government chooses to exercise optional CLINS, unused funds from a previous CLIN may not be used to fund any services taking place in a subsequent CLIN. The ceiling price may be modified by the Government if it is determined that the estimated hours or estimated materials are insufficient for the work required. ADDITIONS AND CHANGES TO LABOR CATEGORIES It may be necessary to add or change labor categories during performance of this contract in order to carry out the services described in Section C. If new labor categories are added, or existing labor categories revised, the parties will negotiate the labor category(ies) prior to the incorporation into the contract. Any new labor rate proposed will be evaluated for reasonableness. If the end product offered is other than a domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. All contractual and technical questions must be in writing (e-mail) to Patricia Natividad at Patricia.Natividad@psc.hhs.gov no later than 04/01/2018 by 1:00 a.m. MST. Telephone questions shall not be accepted. The following clauses and provisions are applicable to this combined synopsis/solicitation: FAR 52.202-1 Definitions (November 2013) FAR 52.212-1 Instructions to Offerors; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6, FAR 52.204-10, FAR 52.209-6, FAR 52.209-7, 52.215-5, FAR 52.219-4, FAR 52.219-8, FAR 52.219-23, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-40, FAR 52.223-18, 52.225-13, 52.232-33. FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.254-1 Government Property (Jan 2017) In full text: FAR 52.216-31 - Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition. (Feb 2007) (a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html Offerors must include completed copies of the provision at 52.212.3 Offeror Representations and Certifications-Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. 52.217-8 -- Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _60 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _60 days____; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60__ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___3 years and 6 months________ (months)(years). (End of Clause) 52.243-3 -- Changes -- Time-and-Materials or Labor-Hours. (Sept 2000) (a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following: (1) Description of services to be performed. (2) Time of performance (i.e., hours of the day, days of the week, etc.) (3) Place of performance of the services. (4) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications. (5) Method of shipment or packing of supplies. (6) Place of delivery. (7) Amount of Government-furnished property. (b) If any change causes an increase or decrease in any hourly rate, the ceiling price, or the time required for performance of any part of the work under this contract, whether or not changed by the order, or otherwise affects any other terms and conditions of this contract, the Contracting Officer will make an equitable adjustment in any one or more of the following and will modify the contract accordingly: (1) Ceiling price. (2) Hourly rates. (3) Delivery schedule. (4) Other affected terms. (c) The Contractor shall assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment will be a dispute under the Disputes clause. However, nothing in this clause excuses the Contractor from proceeding with the contract as changed. (End of Clause) 52.246-6 Inspection-Time-and-Material and Labor-Hour.(MAY 2001) (a) Definitions. As used in this clause- "Contractor's managerial personnel" means any of the Contractor's directors, officers, managers, superintendents, or equivalent representatives who have supervision or direction of- (1) All or substantially all of the Contractor's business; (2) All or substantially all of the Contractor's operation at any one plant or separate location where the contract is being performed; or (3) A separate and complete major industrial operation connected with the performance of this contract. "Materials" includes data when the contract does not include the Warranty of Data clause. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the material, fabricating methods, work, and services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all materials furnished and services performed under this contract, to the extent practicable at all places and times, including the period of performance, and in any event before acceptance. The Government may also inspect the plant or plants of the Contractor or any subcontractor engaged in contract performance. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspection or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish and shall require subcontractors to furnish all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) Unless otherwise specified in the contract, the Government shall accept or reject services and materials at the place of delivery as promptly as practicable after delivery, and they shall be presumed accepted 60 days after the date of delivery, unless accepted earlier. (f) At any time during contract performance, but not later than 6 months (or such other time as may be specified in the contract) after acceptance of the services or materials last delivered under this contract, the Government may require the Contractor to replace or correct services or materials that at time of delivery failed to meet contract requirements. Except as otherwise specified in paragraph (h) of this clause, the cost of replacement or correction shall be determined under the Payments Under Time-and-Materials and Labor-Hour Contracts clause, but the "hourly rate" for labor hours incurred in the replacement or correction shall be reduced to exclude that portion of the rate attributable to profit. The Contractor shall not tender for acceptance materials and services required to be replaced or corrected without disclosing the former requirement for replacement or correction, and, when required, shall disclose the corrective action taken. (g)(1) If the Contractor fails to proceed with reasonable promptness to perform required replacement or correction, and if the replacement or correction can be performed within the ceiling price (or the ceiling price as increased by the Government), the Government may- (i) By contract or otherwise, perform the replacement or correction, charge to the Contractor any increased cost, or deduct such increased cost from any amounts paid or due under this contract; or (ii) Terminate this contract for default. (2) Failure to agree to the amount of increased cost to be charged to the Contractor shall be a dispute. (h) Notwithstanding paragraphs (f) and (g) of this clause, the Government may at any time require the Contractor to remedy by correction or replacement, without cost to the Government, any failure by the Contractor to comply with the requirements of this contract, if the failure is due to- (1) Fraud, lack of good faith, or willful misconduct on the part of the Contractor's managerial personnel; or (2) The conduct of one or more of the Contractor's employees selected or retained by the Contractor after any of the Contractor's managerial personnel has reasonable grounds to believe that the employee is habitually careless or unqualified. (i) This clause applies in the same manner and to the same extent to corrected or replacement materials or services as to materials and services originally delivered under this contract. (j) The Contractor has no obligation or liability under this contract to correct or replace materials and services that at time of delivery do not meet contract requirements, except as provided in this clause or as may be otherwise specified in the contract. (k) Unless otherwise specified in the contract, the Contractor's obligation to correct or replace Government-furnished property shall be governed by the clause pertaining to Government property. (End of clause) Invoice Submission The Contractor shall submit invoices upon completion of the work/project. A complete invoice with all required back-up documentation shall be sent electronically, via email, to: FOR INVOICING PLEASE ENSURE TO IDENTIFY THE ITEM NUMBER IN THE BODY OF THE DESCRIPTION TO ENSURE PROPER RECEIVING. Please place them on separate invoices: 1. Contract Specialist via DAM mailbox: pscsas.invoices@psc.hhs.gov and Patricia.Natividad@psc.hhs.gov 2. Contracting Officer's Representative (COR): TBA 3. Financial Management Service (FMS): psc_invoices@psc.hhs.gov No other non-invoice related documents (i.e. deliverables, reports, balance statements) shall be sent to the DAM and FMS mailboxes. Invoices Only. The subject line of your email invoice submission shall contain the contract number, contract line item number, the order number, if applicable, and the number of invoices. The Contractor shall send one email per contract per month. The email may have multiple invoices for the contract. Invoices must be in the following formats: PDF, TIFF, or Word. No Excel formats will be accepted. The electronic file cannot contain multiple invoices; example, 10 invoices requires 10 separate files (PDF or TIFF or Word). Invoices shall be submitted in accordance with the contract terms, i.e. payment schedule, progress payments, partial payments, deliverables, etc. All calls concerning contract payment shall be directed to the COR. In accordance with a proper invoice must include the following items: Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer - Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. Additionally, the FMS requires the contractor to include its Dunn and Bradstreet Number (DUNS) on each invoice. In accordance with OMB Memorandum, M-11-32, Agencies shall make payments to small businesses as soon as practicable, with the goal of making payments within 15 days of receipt of a proper invoice. If a small business contractor is not paid within this (15 day) accelerated period, the contractor will not be given a late-payment interest penalty. Interest penalties, as prescribed by the Prompt Payment Act, remain unchanged by means of this memorandum. All small businesses shall label all invoices as Small Business. Additionally, in accordance with OMB Memorandum, M-12-16, all prime contractors are encouraged to disburse funds received from the Federal Government to their small business subcontractors in a prompt manner. To assist prime contractors in expediting contractor payments to small business subcontractors, Agencies shall, to the full extent permitted by law, temporarily establish an earlier, accelerated date for making agency payments to all prime contractors. Consistent with OMB Memorandum M-11-32 above, Agencies shall have a goal of paying all prime contractors within 15 days of receiving proper documentation. In an effort to support small business growth, drive economic activity and job creation, the Contractor is encouraged to accelerate payments to their small business subcontractors. In accordance with the requirements of the Debt Collection Improvement Act of 1996, all payments under this order will be made by electronic funds transfer (EFT). The Contractor shall provide financial institution information to the Finance Office designated above in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management. BASIS FOR AWARD AND EVALUATION: The following factors will be considered in evaluating proposals, in descending level of importance: 1. Technical 2. Price Technical shall be evaluated for being acceptable/unacceptable based on the Performance Work Statement in the entirety. Price shall be evaluated for fair and reasonable. Please provide historical data to enable to prove your pricing is fair and reasonable. Attached: GASMET Performance Work Statement Additional information being provided. 1. Most of the Gasmet DX-4000 FTIR Analyzers will be sent to offsite vendor for maintenance and repair for issues too complex for Chemical Test Division personnel to troubleshoot and repair. Examples are optical alignment or mirror replacement/ cleaning. 2. Maintenance and repair issues technicians and chemist subject matter experts (SME) in the Chemical Test Division are trained and capable to solve will be performed in house by CTD personnel. Examples are basic maintenance/ tuning procedures, replacement/ cleaning of cell windows, cell heater,and laser/ IR source replacement. 3. A few Gasmets unable for CTD personnel to repair, were also exposed to Chemical Warfare Agents (CWAs), decontaminated with air, nitrogen, heat washing, and certified by air sampling, analysis to off gas CWA at less than the WPL level for the CWA. These XXXX Decontaminated Gasmets can't be released from Army government control by regulation. 4. A vendor technician/ engineer/ chemist will repair the Gasmet on-site at CTD at Dugway Proving Ground under the following conditions. a. Troubleshoot, Repair and Maintain Gasmet working in a laboratory filtered hood. b. Need to be escorted by CTD Gasmet government personnel. c. Need to wear nitrile gloves, laboratory coat, visitor safety glasses provided by CTD or other safety glasses, and obtain an escape breathing air bottle with hood from Dugway Proving Ground, West Desert Test Center TAP laundry used in case of an emergency for escape. d. Technician/ Chemist/ Engineer must be able to enter installation as a visitor. Must pass a background check, not have any criminal record, no illegal drugs, no alcohol West of 5-mile hill, not on no fly list, and be a U.S. Citizen.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/18-233-SOL-00264/listing.html)
 
Place of Performance
Address: see PWS, Dugway Proving Ground, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04875143-W 20180404/180402231149-1fd39777da98b13f23640d6e6afcea52 (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.