SOLICITATION NOTICE
J -- Maintenance and Repair of Laboratory Equipment - Justification and Approval (J&A)
- Notice Date
- 8/31/2012
- Notice Type
- Justification and Approval (J&A)
- 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-0031
- Archive Date
- 9/30/2012
- 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
- N/A
- Award Number
- W911S6-12-P-0136
- Award Date
- 8/30/2012
- Description
- Abbreviated Justification 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: Steris Laboratory Equipment Service W911S6-12-T-0031 This requirement is for a base plus two year contract for maintenance and repair of a Hankison and Quincy air compressor system at Dugway Proving Ground (DPG), Dugway, Utah 84074. -0001 = Regular Maintenance Visits - Base Period QTY = 2 Firm Fixed Price Each maintenance visit (expected semi-annually) shall provide comprehensive support for a defined list of Steris equipment (included below in full text: see Equipment List). Charges for each maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). 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 The government may not utilize all regular maintenance visits in the base year due to the shorter period length of 6 months. PLEASE BID HERE $_________ -0002 Emergency Visits - Base Period Qty = 4 Firm fixed price Each emergency visit shall support a defined repair issue for Steris equipment (included below in full text: see Equipment List). Turnaround time (completed repair )for requested support shall be less than 72 hours from time of notification. Notification shall be during normal work hours as outlined in the local clauses below. Charges for each emergency maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). This CLIN is for the base period and shall be for 6 months. Additional CLINS for regularly Maintenance (1001, 2001, 3001, 4001) are for 12 months each. The government shall fund each emergency visit prior to scheduling with the contractor to perform any work. The minimum number of emergency visits may be zero (0) if no emergency situations are identified. Any visit exceeding the qty below shall be approved by the contracting officer and require a modification. 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 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 $__________. This requirement is for a base plus two year contract for maintenance and repair of a Hankison and Quincy air compressor system at Dugway Proving Ground (DPG), Dugway, Utah 84074. -1001 = Regular Maintenance Visits - 1st Option Period QTY = 2 Firm Fixed Price Each maintenance visit (expected semi-annually) shall provide comprehensive support for a defined list of Steris equipment (included below in full text: see Equipment List). Charges for each maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). 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 The government may not utilize all regular maintenance visits in the base year due to the shorter period length of 6 months. PLEASE BID HERE $_________ -1002 Emergency Visits - 1st Option Period Qty = 4 Firm fixed price Each emergency visit shall support a defined repair issue for Steris equipment (included below in full text: see Equipment List). Turnaround time (completed repair )for requested support shall be less than 72 hours from time of notification. Notification shall be during normal work hours as outlined in the local clauses below. Charges for each emergency maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). This CLIN is for the base period and shall be for 6 months. Additional CLINS for regularly Maintenance (1001, 2001, 3001, 4001) are for 12 months each. The government shall fund each emergency visit prior to scheduling with the contractor to perform any work. The minimum number of emergency visits may be zero (0) if no emergency situations are identified. Any visit exceeding the qty below shall be approved by the contracting officer and require a modification. 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 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 $__________. This requirement is for a base plus two year contract for maintenance and repair of a Hankison and Quincy air compressor system at Dugway Proving Ground (DPG), Dugway, Utah 84074. -2001 = Regular Maintenance Visits - 2nd Option Period QTY = 2 Firm Fixed Price Each maintenance visit (expected semi-annually) shall provide comprehensive support for a defined list of Steris equipment (included below in full text: see Equipment List). Charges for each maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). 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 The government may not utilize all regular maintenance visits in the base year due to the shorter period length of 6 months. PLEASE BID HERE $_________ -2002 Emergency Visits - 2nd Option Period Qty = 4 Firm fixed price Each emergency visit shall support a defined repair issue for Steris equipment (included below in full text: see Equipment List). Turnaround time (completed repair )for requested support shall be less than 72 hours from time of notification. Notification shall be during normal work hours as outlined in the local clauses below. Charges for each emergency maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). This CLIN is for the base period and shall be for 6 months. Additional CLINS for regularly Maintenance (1001, 2001, 3001, 4001) are for 12 months each. The government shall fund each emergency visit prior to scheduling with the contractor to perform any work. The minimum number of emergency visits may be zero (0) if no emergency situations are identified. Any visit exceeding the qty below shall be approved by the contracting officer and require a modification. 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 Personnel Reporting System. 2nd 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 $__________. This requirement is for a base plus two year contract for maintenance and repair of a Hankison and Quincy air compressor system at Dugway Proving Ground (DPG), Dugway, Utah 84074. -3001 = Regular Maintenance Visits - 3rd Option Period QTY = 2 Firm Fixed Price Each maintenance visit (expected semi-annually) shall provide comprehensive support for a defined list of Steris equipment (included below in full text: see Equipment List). Charges for each maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). 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 The government may not utilize all regular maintenance visits in the base year due to the shorter period length of 6 months. PLEASE BID HERE $_________ -3002 Emergency Visits - 3rd Option Period Qty = 4 Firm fixed price Each emergency visit shall support a defined repair issue for Steris equipment (included below in full text: see Equipment List). Turnaround time (completed repair )for requested support shall be less than 72 hours from time of notification. Notification shall be during normal work hours as outlined in the local clauses below. Charges for each emergency maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). This CLIN is for the base period and shall be for 6 months. Additional CLINS for regularly Maintenance (1001, 2001, 3001, 4001) are for 12 months each. The government shall fund each emergency visit prior to scheduling with the contractor to perform any work. The minimum number of emergency visits may be zero (0) if no emergency situations are identified. Any visit exceeding the qty below shall be approved by the contracting officer and require a modification. 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 $_________ -3003 Personnel Reporting System. 3rd 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 $__________. This requirement is for a base plus two year contract for maintenance and repair of a Hankison and Quincy air compressor system at Dugway Proving Ground (DPG), Dugway, Utah 84074. -4001 = Regular Maintenance Visits - 4th Option Period QTY = 2 Firm Fixed Price Each maintenance visit (expected semi-annually) shall provide comprehensive support for a defined list of Steris equipment (included below in full text: see Equipment List). Charges for each maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). 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 The government may not utilize all regular maintenance visits in the base year due to the shorter period length of 6 months. PLEASE BID HERE $_________ -4002 Emergency Visits - 4th Option period Qty = 4 Firm fixed price Each emergency visit shall support a defined repair issue for Steris equipment (included below in full text: see Equipment List). Turnaround time (completed repair )for requested support shall be less than 72 hours from time of notification. Notification shall be during normal work hours as outlined in the local clauses below. Charges for each emergency maintenance visit shall include, but not be limited to, on-site labor, travel time, travel costs, replacement parts, general and administrative costs, vehicles, fuel and any engineering modifications (required to maintain equipment functionality). This CLIN is for the base period and shall be for 6 months. Additional CLINS for regularly Maintenance (1001, 2001, 3001, 4001) are for 12 months each. The government shall fund each emergency visit prior to scheduling with the contractor to perform any work. The minimum number of emergency visits may be zero (0) if no emergency situations are identified. Any visit exceeding the qty below shall be approved by the contracting officer and require a modification. 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 $_________ -4003 Personnel Reporting System. 4th 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 $__________. 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-0031. This will show all CLINS, Clauses and Contract details. Surveillance Plan can be found in solicitatin document, downloadable at ASFI and or FED BIZ OPS. Attachments to this synopsis downloaded/viewed at FedBizzOpps. Gov. search under W911S6-12-T-0031. This is a notice of intent to negotiate on a sole source basis with Steris Corporation. Pursuant to 10 U.S.C. 2304 ( c ) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. 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-0031. 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. 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), 16 August,l 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/175a20d579507cc0337e0bdc4a26299a)
- Record
- SN02864656-W 20120902/120901000105-175a20d579507cc0337e0bdc4a26299a (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 |