MODIFICATION
B -- Commercial Laboratory Testing of P248 Protocol
- Notice Date
- 7/30/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- 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
- W5K9Z9-2012-4586
- Response Due
- 8/2/2012
- Archive Date
- 10/1/2012
- Point of Contact
- Huy D Le, 5082336121
- E-Mail Address
-
ACC-APG - Natick (SPS)
(huy.d.le@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (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. This solicitation is issued as a request for quote (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-58. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil. This solicitation is competed under full and open competition. The North American Industrial Classification System (NAICS) code for this procurement is 541380. This solicitation will end on 2 August 2012 at 3:00 p.m. EDT. Quotes shall reference solicitation # W5K9Z9-2012-4586 and shall include pricing as follows: CLIN 0001: Contractor Testing/Reporting Description: In accordance with Statement of Work. Period of Performance : 12 Months. Price $_______________ CLIN 0002: Contractor Manpower Reporting In accordance with 5152.237-4005 - ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Sep 2011). Period of Performance: 12 Months. Price $_______________ Total Quoted Price $_______________ Statement of Work 1.Background: The US Army Product Manager for Soldier Clothing and Individual Equipment (PM-SCIE) and the Natick Soldier Research Development and Engineering Center (NSRDEC) are working to develop a materiel solution that will allow the Warfighter to purify natural fresh water sources at the individual level. The US Army Public Health Command (PHC), in collaboration with industry experts, developed and published Protocol P248 "Emergency Military Operations Microbiological Water Purifiers" in order to evaluate the capabilities of IWPs to reduce waterborne pathogens. Purified water must adhere to the standards set forth in Technical Bulletin, Medical (TB MED) 577 for short-term water consumption. Previously PM-SCIE/NSRDEC worked with the US Army Developmental Test Center (DTC) to identify a government laboratory with the capability of performing the P248 test, with no success. This testing will be specifically oriented towards validating the microbiological purification performance of IWTD candidates, and therefore system integrity, following operational usage during a Limited User Evaluation. 2.Requirements: The Contractor shall conduct testing to validate performance of commercial IWPs according to an abbreviated form of the NSF P248 Test Protocol as approved by the US Army Public Health Command. a.General Requirements. The contractor's primary focus shall be to: (1) Perform P248 Lite Testing on 3 Commercial IWP Systems that have been evaluated for form/fit/function as part of a limited User Evaluation. (2) Work with the US Army Public Health Command (PHC) to generate each Purifier Specific Test Protocol (PSTP). (3) Provide Army Test and Evaluation Command (ATEC) with all test reports and data. b.Specific Requirements: The contractor shall: (1) Generate detailed PSTPs and Test Reports (2) Perform water quality analysis on influent and effluent waters to include turbidity, Total Organic Carbon (TOC), inorganic and organic chemicals. (3) Perform microbiological analysis for virus, bacteria, and protozoan cysts according to the requirements stated within the P248 protocol. (4) Perform Ultra-violet light transmittance analysis should a UV candidate be identified. (5) Measure pressure drop and flow rate across the system for the duration of the test. (6) Depending on the proposed technologies the P248 Lite Test shall consist of the following specific test parameters: 3 Candidate systems 12 replicates per candidate 2 Sample Points per replicate. The Sample points will be the equivalent of the Test Points at the 60% and 75% Draw as noted in Table 3-2 in the P248 Protocol. All Sample Points will consist of microbiologically contaminated EPA Type II/III water as defined in the Protocol. Water Volumes required for Type II/III water will be determined by technology. For flow-through devices the water volume will be sufficient to determine the internal integrity or ~3liters per Sample Point. For Other treatment technologies the water volume shall be equivalent to that of a personal hydration system. This is NOT intended to be a capacity test. (7) Allow inspection and observation by representative from USA PM-SCIE, USA PHC, and USATEC. (8) Generate a comprehensive Final Test Report 3.Period of Performance: The estimated period of performance is 12 months. 4.Personnel Qualifications: It is required that the contractor have an understanding of microbiological analysis and procedures, handling/storage/disposal of microbes, water quality, Quality Assurance, ISO. Final determination of Laboratory Qualification is made by the US Army Public Health Command. a.General Experience. The contractor shall have expertise with: Prior work with man-portable systems, Experience with electrochemical generators, Product Testing Service Experience, Prior P248 Test Experience, Low-Flow System Test Experience b.Specialized Experience: The contractor shall have ISO 17025 Accreditation (or equivalent recognized accreditation based on ISO 17025 requirements); have a Scope of Accreditation covering all analytical procedures used during P248 testing (or through sub-contract laboratory); have a Documented Good Laboratory Practices Program, have Verifiable Standard Operating Procedures, demonstrate a validated Quality Assurance Feedback Loop c.Contaminant Testing Capabilities: Pressure Drop and Flow Rate, Temperature, Turbidity, Viruses, Bacteria, Protozoa, Inorganic Chemicals, Organic Chemicals, and Ultra-violet Light Transmittance. 5.Government Furnished Equipment/Information/Computer Utilization: The Government will provide test items for this evaluation as well as any Soldier-specific equipment that is required. The contractor shall provide all equipment, facilities, and reagents required for this testing. 6.Deliverables: The contractor (lab) shall provide a PSTP for each IWP system tested, weekly emerging data, a detailed final report that includes QA/QC'd data, laboratory bench sheets, water quality analysis data, microbial storage and process information. The contractor shall also participate in program updates as required by the COR to discuss data and emerging issues. These deliverables shall be stated in accordance with the Contract Data Requirements List (CDRL) DD Form 1423. 7.Place of Performance: The primary place of performance for this work will be at a contractors facility. 8.Contract Management/Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective research or scientific services performed in accordance with the requirements contained in the statement of work. A weekly status report shall be provided to the Government with the following information: Summary of work accomplished during the reporting period and percent complete Any problem areas or potential problem areas Schedule of activities planned for the next reporting period and number of remaining hours to complete activities 9.Invoicing: The Contractor shall bill monthly. (END OF STATEMENT OF WORK) The following provisions apply to this acquisition (Please note: full text of provisions and clauses can be found at http://farsite.hill.af.mil): 52.212-1Instructions to Offerors - CommercialJUN 2008 The following provision will be used to evaluate the Quote submitted: 52.212-2 - Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Cost/Price 2. Technical Capability 3. Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. The Offeror shall fill out and complete the provision at "FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items" and provide along with quote. Full text of the provision at 52.212-3 can be found at http://farsite.hill.af.mil. The following FAR Clauses apply to this acquisition: By Reference: 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 By Full Text: 52.212-5Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial ItemsMAY 2011 The following clauses are selected under 52.212-5: 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsFEB 2012 52.209-6Protecting the Governments InterestDEC 2012 52.222-3Convict LaborJUN 2003 52.222-19Child Labor-Cooperation with Authorities and RemediesJUL 2010 52.222-21Prohibition of Segregated FacilitiesFEB 1999 52.222-26Equal OpportunityMAR 2007 52.222-36Affirmative Action for Workers With DisabilitiesOCT 2010 52.225-3Buy American Act-Free Trade Agreements-Israeli Trade ActJUN 2009 Addendum to 52.212-4: Clauses Incorporated By Reference: 52.232-11 Extras APR 1984 52.243-1 Changes--Fixed Price AUG 1987 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-0001 Line Item Specific: Single Funding SEP 2009 252.204-7000Disclosure of Information 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7010 Levies on Contract Payments DEC 2006 Full Text Clauses: 52.252-2 Clauses Incorporated By ReferenceFEB 1998 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMSJan 2012 Clauses selected under DFAR 252.212-7001: 252.203-7000Requirements Relating to Compensation of Former DoD OfficialsSep 2011 252.225-7001Buy American Act and Balance of Payments ProgramOCT 2011 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsMAR 2008 252.247-7023 Alt IIITransportation of Supplies by Sea - Alternate IIIMAY 2002 5152.237-4005 - ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT (Sep 2011) ACC-APG 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 "Contractor User Guide" or "Subcontractor User Guide". 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: W038AA (2)Command of the Requiring Activity that would be performing the mission if not for the contractor: Army Materiel Command. (3)Contracting Officer (KO) and contact information: Roberta Boswell Contracting Officer 100 Medway Road Suite 305 Milford, MA 01757 508-233-6162 (4)Contracting Officer's Representative (COR) and contact information: Jeff Pacuska 1 Kansas St Natick, MA 01760 508-233-6434 (5)Federal Service Code (FSC) reflecting services provided by contractor (and separate FSC for each subcontractor if different). If there are multiple FSCs for an Order number, enter a separate data record for each FSC. (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 of each calendar year. 5152.232-7003INVOICING 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 http://www.wawftraining.com. (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: Receiving Report (DD 250) Destination Inspection / Destination Acceptance Inspect and Accept at place of destination Invoice and Receiving Report (Combo) - Destination Inspection / Destination Acceptance Pay DoDAACHQ0303 IssueBy DoDAACW911QY Admin DoDAACW911QY InspectBy DoDAACW91A2K Ship To CodeW91A2K (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 terms. (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: NameEmailPhoneJob Title Jeffrey Pacuskajeffrey.s.pacuska.civ@mail.mil 508-233-6434 (END OF ADDENDUM TO 52.212-4) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Quotes are due no later than 3:00 pm EDT, 2 August 2012 and can be mailed or emailed to the addresses below. The assigned Contract Specialist is Huy Le, (508) 233-6121, Huy.D.Le.civ@mail.mil. Quotes shall be mailed to: US Army Contracting Command Aberdeen Proving Ground Natick Contracting Division 100 Medway Road Suite 305 Milford, MA 01757 ATTN: Huy Le Or Emailed to: Huy.d.le.civ@mail.mil Amendment 1 to solicitation # W5K9Z9-2012-4586: Response Date has been changed to 2 August 2012, 3:00 PM EDT. Amendment 2 to solicitation # W5K9Z9-2012-4586: Questions and Answers, dated 30 July 2012, is provided as an attachment to the solicitation# W5K9Z9-2012-4586 under file name "Questionandanswer1.pdf"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/111397977f6477af66884abb4a65c7cf)
- 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
- Zip Code: 01760-5011
- Record
- SN02819989-W 20120801/120730235723-111397977f6477af66884abb4a65c7cf (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 |