Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

J -- Maintenance and Repair of AutoClave Laboratory Equipment

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-T-0034
 
Response Due
8/30/2012
 
Archive Date
10/29/2012
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
MICC - Dugway Proving Ground
(paul.e.frailey.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 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: AutoClave Laboratory Equipment Service W911S6-12-T-0034 This requirement is for a base plus two year contract for maintenance and repair of Steris/Tuttnauer/Primus AutoClave Equipment at Dugway Proving Ground (DPG), Dugway, Utah 84074. -0001 = Regular Preventive Maintenance Visits- Base Period QTY = 1 Firm Fixed Price PM visits shall service and maintain all equipment listed in full text under the EQUIPMENT LIST section below. Any and all repairs shall be completed during the performance of the Preventive Maintenance (PM) visit. Should more extensive repair be required, the labor hours over and above shall be charged to CLIN 0003, 1003, 2003. Contractor shall provide government COR with report of all actions performed during the PM visit. Should parts or additional hours be required, an estimate shall be provided to the COR, in writing. This estimate shall be reviewed and written notice given by the COR to the contractor before any further expense or effort is performed. Location is the Life Science Test Facility (LSTF), BLDG 2029, Baker Area, Dugway Proving Grounds, Dugway, Utah. This CLIN is for the base period and shall be for 6 months. Additional CLINS for regular Maintenance (1001, 2001, 3001, 4001) are for 12 months each. NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 PLEASE BID HERE $_________ -0002 Emergency Visits - Base Period Qty = 4 Firm fixed price Emergency Visits. Response time shall be 72 hours from initial contact to completion of visit. Contractor shall provide troubleshooting, maintenance and repair for an 8 hour period. Any and all repairs shall be completed during this 8 hr period. Should more extensive repair be required, the labor hours over and above shall be charged to CLIN 0003, 1003, 2003. Contractor shall provide government COR with report of all actions performed during the emergency visit. Should parts or additional hours be required, an estimate shall be provided to the COR, in writing. This estimate shall be reviewed and written notice by the COR given to the contractor before any further expense or effort is performed. Emergency visits shall support the troubleshooting all equipment listed in full text under the EQUIPMENT LIST section below. Location is the Life Science Test Facility (LSTF), BLDG 2029, Baker Area, Dugway Proving Grounds, Dugway, Utah. NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $_________ -0003 Repair Labor - Base Year Time/Materials Repair Labor shall be utilized for any labor required over and above the labor performed in either the PM visits or the Emergency visits. The contractor shall provide the government with a written estimate prior to performance of any labor on this CLIN. This CLIN has a ceiling amount for funding and this amount must not be exceeded without modification to the contract by the Contracting Officer. This Labor shall be fully burdened to include on-site labor, travel time, travel costs, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). PLEASE ENTER LABOR RATE HERE: $______________PER HOUR NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 -0004 Repair Parts - Base Period Time/Material Contractor shall utilize this CLIN for providing repair parts and material to repair the equipment listed on the EQUIPMENT LIST below. Parts shall be charged to this CLIN at cost. Shipping costs incurred to obtain parts may be included in this cost. Labor or other handling charges by the contractor shall be charged in the Labor CLIN(s). NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 -0005 Personnel Reporting System. Base Period Personnel Reporting System Firm fixed price Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $__________. ******************* -1001 = Regular Preventive Maintenance Visits- 1st Option Period QTY = 1 Firm Fixed Price PM visits shall service and maintain all equipment listed in full text under the EQUIPMENT LIST section below. Any and all repairs shall be completed during the performance of the Preventive Maintenance (PM) visit. Should more extensive repair be required, the labor hours over and above shall be charged to CLIN 0003, 1003, 2003. Contractor shall provide government COR with report of all actions performed during the PM visit. Should parts or additional hours be required, an estimate shall be provided to the COR, in writing. This estimate shall be reviewed and written notice given by the COR to the contractor before any further expense or effort is performed. Location is the Life Science Test Facility (LSTF), BLDG 2029, Baker Area, Dugway Proving Grounds, Dugway, Utah. NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 PLEASE BID HERE $_________ -1002 Emergency Visits - 1st Option Period Qty = 4 Firm fixed price Emergency Visits. Response time shall be 72 hours from initial contact to completion of visit. Contractor shall provide troubleshooting, maintenance and repair for an 8 hour period. Any and all repairs shall be completed during this 8 hr period. Should more extensive repair be required, the labor hours over and above shall be charged to CLIN 0003, 1003, 2003. Contractor shall provide government COR with report of all actions performed during the emergency visit. Should parts or additional hours be required, an estimate shall be provided to the COR, in writing. This estimate shall be reviewed and written notice by the COR given to the contractor before any further expense or effort is performed. Emergency visits shall support the troubleshooting all equipment listed in full text under the EQUIPMENT LIST section below. Location is the Life Science Test Facility (LSTF), BLDG 2029, Baker Area, Dugway Proving Grounds, Dugway, Utah. NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $_________ -1003 Repair Labor - 1st Option Period Time/Materials Repair Labor shall be utilized for any labor required over and above the labor performed in either the PM visits or the Emergency visits. The contractor shall provide the government with a written estimate prior to performance of any labor on this CLIN. This CLIN has a ceiling amount for funding and this amount must not be exceeded without modification to the contract by the Contracting Officer. This Labor shall be fully burdened to include on-site labor, travel time, travel costs, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). PLEASE ENTER LABOR RATE HERE: $______________PER HOUR NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 -1004 Repair Parts - 1st Option Period Time/Material Contractor shall utilize this CLIN for providing repair parts and material to repair the equipment listed on the EQUIPMENT LIST below. Parts shall be charged to this CLIN at cost. Shipping costs incurred to obtain parts may be included in this cost. Labor or other handling charges by the contractor shall be charged in the Labor CLIN(s). NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 -1005 Personnel Reporting System. 1st Option Period Personnel Reporting System Firm fixed price Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $__________. ************************************ -2001 = Regular Preventive Maintenance Visits- 2nd Option Period QTY = 1 Firm Fixed Price PM visits shall service and maintain all equipment listed in full text under the EQUIPMENT LIST section below. Any and all repairs shall be completed during the performance of the Preventive Maintenance (PM) visit. Should more extensive repair be required, the labor hours over and above shall be charged to CLIN 0003, 1003, 2003. Contractor shall provide government COR with report of all actions performed during the PM visit. Should parts or additional hours be required, an estimate shall be provided to the COR, in writing. This estimate shall be reviewed and written notice given by the COR to the contractor before any further expense or effort is performed. Location is the Life Science Test Facility (LSTF), BLDG 2029, Baker Area, Dugway Proving Grounds, Dugway, Utah. NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 PLEASE BID HERE $_________ -2002 Emergency Visits - 2nd Option Period Qty = 4 Firm fixed price Emergency Visits. Response time shall be 72 hours from initial contact to completion of visit. Contractor shall provide troubleshooting, maintenance and repair for an 8 hour period. Any and all repairs shall be completed during this 8 hr period. Should more extensive repair be required, the labor hours over and above shall be charged to CLIN 0003, 1003, 2003. Contractor shall provide government COR with report of all actions performed during the emergency visit. Should parts or additional hours be required, an estimate shall be provided to the COR, in writing. This estimate shall be reviewed and written notice by the COR given to the contractor before any further expense or effort is performed. Emergency visits shall support the troubleshooting all equipment listed in full text under the EQUIPMENT LIST section below. Location is the Life Science Test Facility (LSTF), BLDG 2029, Baker Area, Dugway Proving Grounds, Dugway, Utah. NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $_________ -2003 Repair Labor - 2nd Option Period Time/Materials Repair Labor shall be utilized for any labor required over and above the labor performed in either the PM visits or the Emergency visits. The contractor shall provide the government with a written estimate prior to performance of any labor on this CLIN. This CLIN has a ceiling amount for funding and this amount must not be exceeded without modification to the contract by the Contracting Officer. This Labor shall be fully burdened to include on-site labor, travel time, travel costs, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). PLEASE ENTER LABOR RATE HERE: $______________PER HOUR NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 -2004 Repair Parts - 2nd Option Period Time/Material Contractor shall utilize this CLIN for providing repair parts and material to repair the equipment listed on the EQUIPMENT LIST below. Parts shall be charged to this CLIN at cost. Shipping costs incurred to obtain parts may be included in this cost. Labor or other handling charges by the contractor shall be charged in the Labor CLIN(s). NOTE: Option year CLINS are subject to the availability of funding in accordance with FAR 52.232-1 -2005 Personnel Reporting System. Base Period Personnel Reporting System Firm fixed price Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. NOTE: Final payment on the contract will be withheld until the Contracting Officer's Representative confirms that the reporting has been completed. This requirement is subject to the availability of funding per FAR 52.232-18. PLEASE BID HERE $__________. *************************** EQUIPMENT LIST This requirement is for a base plus two year contract for maintenance and repair of the following Equipment at Dugway Proving Ground (DPG), Dugway, Utah 84074. Steris SV30530134900-18 504 Steris SV30530132202-10 600 Hlwy Steris SV3033131702-07218 Steris SV30530135000-04504 Steris Washer 5703630296001217 Tuttnauer 5596SP-IR2608055218 Primus PSS5-B-MSSD17120218 Primus PSS5-B-MSSD17121218 Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this service @ 435-831-2587 paul.e.frailey.civ@mail.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-12-T-0034. This will show all CLINS, Clauses and Contract details. Surveillance Plan can be found in solicitation document, downloadable at ASFI and or FED BIZ OPS. Attachments to this synopsis downloaded/viewed at FedBizzOpps. Gov. search under W911S6-12-T-0034. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0034. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334516 (500 Employees) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at 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 Restrictions on Subcontractor Sales to the Government, Far 52.215-5, FAR 52.217-5 EVALUATION OF 45TIONS (JUL 1990), FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Dugway, Ut 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.e.frailey.civ@mail.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.e.frailey.civ@mail.mil or call 435-831-2587. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), 30 August 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7e9d4f7d5eca24b40ae778d2bf7649c)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02847133-W 20120822/120821000046-d7e9d4f7d5eca24b40ae778d2bf7649c (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.