SOLICITATION NOTICE
J -- DI Water System Equipment Maintenance Service Contract
- Notice Date
- 8/6/2020 1:11:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-20-R-0022
- Response Due
- 8/14/2020 7:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Terrijuana P. Veals, Sherry L. Compton
- E-Mail Address
-
terrijuana.p.veals.civ@mail.mil, sherry.l.compton.civ@mail.mil
(terrijuana.p.veals.civ@mail.mil, sherry.l.compton.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PERFORMANCE WORK STATEMENT (PWS) Title: DI Water System Equipment Maintenance Service Contract Requiring Activity Name:� U.S. Army Public Health Center (APHC) INTRODUCTION The U.S. Army Public Health Center (APHC) is part of the U.S. Army Medical Command (MEDCOM) and focuses on epidemiology, laboratory sciences, occupational health sciences, public health information and toxicology to enhance Army readiness and assure the quality and effectiveness of Army�s Public Health Enterprise.� Ensuring high-quality services is an imperative of the US Army Medical Command (MEDCOM) as it strives to become a high-reliability organization (HRO). PURPOSE AND BACKGROUND The mission of the APHC is to �Enhance Army readiness by identifying and assessing current and emerging health threats; developing and communicating public health solutions; and assuring the quality and effectiveness of the army�s public health enterprise.� SCOPE The APHC requires continued maintenance and support on the Deionized (DI) water system for Laboratory Sciences (LS) and Toxicology Laboratory (TOX) to perform high quality environmental, occupational health sample analysis and toxicological studies. This contract shall include the replacement of consumable supplies, in accordance with manufacturer specifications, for each Point-of-Use system. Please see the attached equipment list for make and models of all systems covered under this contract. GENERAL INFORMATION Place of Performance:� The contractor shall be required to get a pass upon entering APG at the Visitor Center located at either Aberdeen North or Aberdeen South (Edgewood).� Visitor Center information is available at www.home.army.mil/apg/index.php/about/visitor-information. 8988 Willoughby Rd., E-2100 Aberdeen Proving Ground, MD 21010-5403 Hours of Work:� Core business hours are from 0730 - 1600, (Monday through Friday). Contract Type:� The Government will award a Firm Fixed-Price contract for services.� The contract will consist of a Base Year and Two (2) One (1) Year Options. PERIOD OF PERFORMANCE Base Year������������� 21 Aug 2020 � 20 Aug 2021 Option Year 1������ 21 Aug 2021 � 20 Aug 2022 Option Year 2������ 21 Aug 2022 � 20 Aug 2023 TECHNICAL REQUIREMENTS:� The contractor, as an independent contractor and not as an agent of the government, shall provide sufficient personnel possessing the skills, knowledge, training, and experience to perform the required tasks. All training, education and certification will be accomplished outside of this contract. All contractor personnel performing services or maintenance under this contract must be contractor trained and certified to maintain the covered water purification equipment before the effective date of this contract. Contractor shall provide proof of this certification for servicing the specified water purification equipment in the contract and the personnel must have a minimum of three (3) years� experience servicing and repairing all water purification equipment covered in the contract in accordance with the PWS. PERFORMANCE REQUIREMENTS � System Location Serial Number ECN Manufacture Model Description Maintenance Requirements Penthouse RO Unit (Main) 92508 0E8477 Hydro Penthouse RO System � Annual replacement of Chlorine Bleach 15% 15 Gallon. Quantity: 2 � Annual Disinfection � Annual replacement of Quartz Jacket 1500 Series. Quantity: 1 � Annual replacement of O-ring UV Quartz.� Quantity: 1 � Annual replacement of Filter Capsule Hydrophobic� 0.2 Mic.� Quantity: 2 � Monthly replacement of Filter 20 X 5 Micron.� Quantity: 1 � Monthly replacement of Salt Pellets/Morton 40# Bag.�� Quantity: 2 � Monthly Preventative Maintenance inspection. � Semi-Annual replacement of Lamp UV Non-Ozone LP4050. Quantity: 1 � Semi-Annual replacement of Filter 20""x0.45Mic, 222/Cap,ClarWG. Quantity: 1� Semi-Annual Exchange � Carbon Absorber Tank (8x44) (containing 1.2 cu ft of activated carbon each) (4) Exchange Leased Carbon Tank (14x47) (containing 3.6 cu ft of activated carbon media) (4) Exchange Leased MD Deionizer (14x47) (containing 3.6 cu ft of premium grade resin) (4) Quarterly Testing Package Room 0304 F6DN54355A 103710 Milli-Q Milli-Q Advantage � Semi-Annual replacement of Filter Capsule 0.1 Micron Water. Quantity: 1 � Semi-Annual replacement of Filter Pack Millipore - Cart&Fac ft. Quantity: 1 � Semi-Annual replacement of Filter Millipore QGARD00R1. Quantity: 1 � Semi-Annual replacement of Millipore UV Lamp ZMQUVLP01.Quantity: 1 Room 2300 1053970602586 103709 Barnstead Barnstead Easypure UV � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier.� Quantity: 1 � Semi-Annual exchange of carbon adsorber Quartz Sleeve f/TF-6 UV Unit.� Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18.�� Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Annual replacement of O-ring UV Quartz.� Quantity: 1 � Five years replacement of Tubing Package QC 3/8"" Instal. Quantity: 1 Room 2407 426991-342 92672 Barnstead Barnstead Nanopure � Semi-Annual replacement of Filter Capsule 0.2um w/Bell.� Quantity: 3 � Semi-Annual replacement of Nanopure Filter Cartridge D50281. Quantity: 1 Room 2104 422551-340 92671 Barnstead Barnstead Nanopure � Semi-Annual replacement of UV Lamp LMX13.Quantity: 1 � Semi-Annual replacement of Filter Capsule 0.2um w/Bell. Quantity: 1 � Semi-Annual replacement of Nanopure Filter Cartridge D50281.� Quantity: 1 Room 2204 13680764533 103712 Barnstead Barnstead Nanopure Diamond � Semi-Annual replacement of UV Lamp LMX13. Quantity: 1 � Semi-Annual replacement of Filter Capsule 0.2um w/Bell.Quantity: 2 � Semi-Annual replacement of Filter FL1192X1 f/Barnstead. Quantity: 1 � Semi-Annual replacement of Nanopure Filter Cartridge D50281. Quantity: 1 � Annual replacement of UV Quartz Sleeve - TU733X1. Quantity: 1 Room 2200 162325 103772 Milli-Q Milli-Q � Semi-Annual replacement of Millipore Filter Kit CF0F01205. Quantity: 1 Room 0200 RT0357 103711 Hydro Hydro Picopure UV Plus � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Annual replacement of O-ring UV Quartz. Quantity: 1 is required � Semi-Annual replacement of Lamp UV 254nm f/TF-6 Purifier.� Quantity: 1 � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier.� Quantity: 1 � Semi-Annual replacement of Filter 10 x 0.2 Micron DOE. Quantity: 1 � Semi-Annual exchange of carbon adsorber Exchng Leased QC Carbon Tank 6X18.�� Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18.� Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Annual replacement of O-ring UV Quartz.� Quantity: 1 � Five years replacement of Tubing Package QC 3/8"" Install. Quantity: 1 Room 1200F B00643 099959 Hydro Hydro Picopure UV Plus � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier.� Quantity: 1 � Semi-Annual replacement of Filter Capsule 0.05 Micron.� Quantity: 1 � Semi-Annual exchange of carbon adsorber Exchng Leased QC Carbon Tank 6X18.� Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18.� Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit.� Quantity: 1 � Annual replacement of O-ring UV Quartz.� Quantity: 1 � Five years replacement of Tubing Package QC 3/8"" Install.� Quantity: 1 Room 2300 HP99358 106754 Hydro Picopure Hydro Picopure UV Plus � Semi-Annual exchange of service deionizer Exchng Leased Mixed-Bed DI 8X44. Each service deionizer shall contain 1.2 cu ft of premium grade resin Room 2200 896990864568 103713 Barnstead Easypure Barnstead Easypure UV � Semi-Annual exchange of carbon adsorberExchng Leased Carbon Tank 8X44.� Each carbon adsorber shall contain 1.2 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased Mixed-Bed DI 8X44.�� Each service deionizer shall contain 1.2 cu ft of premium grade resin. � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier. Quantity: 1 � Semi-Annual exchange of carbon adsorber Quartz Sleeve f/TF-6 UV Unit. Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18.�� Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Annual replacement of O-ring UV Quartz (OR1000).� Quantity: 1 � Five years replacement of Tubing Package QC 3/8"" Install.� Quantity: 1 Room 3300 HP142116 106749 Hydro Hydro� Picopure � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier. . Quantity: 1 � Semi-Annual replacement of Filter 10 x 0.2 Micron DOE. Hydro Quantity: 1 � Semi-Annual exchange of carbon adsorber (44120). Exchange to be performed by Hydro Service personnel.� Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18.�� Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 is required with each service. � Annual replacement of O-ring UV Quartz.�� Quantity: 1 � Five years replacement of Tubing Package QC 3/8"" Install.� Quantity: 1 Room 3301 PP04143 099167 Hydro Hydro Picopure UV Plus � Annual replacement of Quartz Sleeve f/TF-6 UV Unit.�� Quantity: 1 � Annual replacement of O-ring UV Quartz.�� Quantity: 1 � Semi-Annual replacement of Lamp UV 254nm f/TF-6 Purifier. Quantity: 1 � Semi-Annual replacement of Filter Capsule 0.05 Micron. Quantity: 1 � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier.� Quantity: 1 � Semi-Annual replacement of Filter 10 x 0.2 Micron DOE. Quantity: 1 � Semi-Annual exchange of carbon adsorber Exchng Leased QC Carbon Tank 6X18. Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18.� Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Annual replacement of O-ring UV Quartz.�� Quantity: 1 � Five years replacement of Tubing Package QC 3/8"". Quantity: 1 Room 3304 PP0412 106753 Hydro Hydro Picopure UV Plus ET-PP2 & ET-11218w17011 � Semi-Annual replacement of Lamp UV 185nm (TOC) f/TF-6 Purifier.� Quantity: 1 � Semi-Annual replacement of Filter 10 x 0.2 Micron DOE.� Quantity: 1 � Semi-Annual exchange of carbon adsorber Exchng Leased QC Carbon Tank 6X18.� Each carbon adsorber shall contain 0.28 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased QC Mixed-Bed DI 6X18. Each service deionizer shall contain 0.28 cu ft of premium grade resin. � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Five years replacement of Tubing Package QC 3/8"" Install. Quantity: 1 � Annual replacement of Quartz Sleeve f/TF-6 UV Unit. Quantity: 1 � Annual replacement of O-ring UV Quartz (OR1000). Quantity: 1 each � Semi-Annual replacement of Lamp UV 254nm f/TF-6� Quantity: 1 � Semi-Annual replacement of Filter Capsule 0.05 Micron. Quantity: 1 Room 2301 HP991045 103753 Hydro Hydro � Semi-Annual exchange of carbon adsorber Exchng Leased Carbon Tank 8X44. Each carbon adsorber shall contain 1.2 cu ft of activated carbon media. � Semi-Annual exchange of service deionizer Exchng Leased Mixed-Bed DI 8X44.� Each service deionizer shall contain 1.2 cu ft of premium grade resin. CONTRACTOR MANPOWER REPORTING APPLICATION (CMRA) (Deliverable 1) � �The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address �https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including subcontractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language, and, (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year.� SECURITY � Anti-Terrorism and Operational Security AT Level I Training. All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within 30 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 COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil. 7.2.1������ Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within an Army-controlled installation, facility, or area. Contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA 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. � 7.2.2������ For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations. 7.2.3������ iWATCH Training. This standard language is for contractor employees with an area of performance within an Army-controlled installation, facility, or area.� The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 15 calendar days of new employees commencing performance, with the results reported to the COR NLT 30 calendar days after contract award. Quality Assurance Surveillance Plan (QASP):� (See Attached)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3abf81a76213478a85c5af73915d2881/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05747681-F 20200808/200806230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |