SOLICITATION NOTICE
J -- Radar maintenance, repair, and test support.
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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-0043
- Response Due
- 9/17/2012
- Archive Date
- 11/16/2012
- Point of Contact
- Sandra Johnson, 435-831-2756
- E-Mail Address
-
MICC - Dugway Proving Ground
(sandra.j.johnson90.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. Solicitation #W911S6-12-T-0043 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This solicitation is set aside for small businesses under NAICS code 811219. All firms responding must be registered with the Central Contractor Registration (CCR)/System for Award Management (SAM). North American Industrial Classification Standard 811219 ($19) size standard in millions of dollars applies to this procurement. Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the procurement of support services related to the Weibel RTP 2100 and Raytheon Hawk MPQ33 tracking radar systems and the Weibel SL-520P and W-680 muzzle velocity radar systems located at Dugway Proving Ground, UT. Services include quarterly preventative maintenance visits, repairs, and test support. The period of performance is one year from date of award. Performance Work Statement (PWS) Radar Maintenance and Repair Vision Statement Efficient operation and reliable performance of the Weibel tracking radar, Hawk tracking radar, and Weibel velocity radar systems. 1 Introduction - Reserved Reserved 1.1 Mission - Reserved Reserved 1.2 Background - Reserved Reserved 1.3 Scope The scope of work involves preventative maintenance, repair, and test support for the Weibel RTP 2100 and Raytheon Hawk MPQ33 tracking radar systems, and the Weibel SL-520P and W-680 Muzzle Velocity radar systems. Preventative maintenance will be scheduled quarterly. Emergency and remedial repairs and test support will be scheduled as required. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at US Army Dugway Proving Ground, UT and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. The contractor shall be responsible for all management and administration matters relating to compliance with state and local laws, policies and procedures. Any differences that arise at the installation shall be the responsibility of the contractor for resolution. 2.3.3 Personnel Administration - Reserved Reserved 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties.The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each PWS line item issued hereunder will be the minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at US Army Dugway Proving Ground, UT (DPG). DPG is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Normal workdays are Monday through Thursday except US Federal Holidays. Workers typically work ten (10) hours per day, 40 hours per week. Regular hours of work are from 0650 to 1720 daily. The following Federal Holidays are observed: a)January 1st b)3rd Monday in January c)3rd Monday in February d)Last Monday in May e)July 4th f)1st Monday in September g)2nd Monday in October h)November 11th i)4th Thursday in November j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday, the preceding Thursday is observed as the holiday. 2.7 Travel / Temporary Duty (TDY) - Reserved Reserved 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Depot Level Maintenance 3.1.1The contractor shall perform depot level maintenance for Weibel RTP 2100, Raytheon Hawk MPQ33, Weibel SL-520P, and Weibel W-680 radar systems. Depot level maintenance includes performing the maintenance necessary to make the Weibel RTP 2100 tracking radar system, the Raytheon Hawk MPQ33 tracking radar system, and Weibel SL-520P and W-680 Muzzle Velocity radar systems operate in as efficient a manner as possible. Maintenance includes, but is not limited to: oScheduled trouble-shooting and repair, swap of major components (i.e. Antennas, power supplies, processors, etc. Subject to the availability of spares); oRepair, replacement, cleaning, and testing of cables and connectors; oPerforming maintenance on the processor, tracker, antennas, tripod, and instrumentation control system to include cases, gears, fasteners, seals, and bearings; oInstall, test, and provide training on new software / software configurations to include Operating Systems on Instrumentation Controller and Real Time Processor and Real Time Data Storage Unit; oUpdate operating manuals; oDisassembly, stripping, and preparation of coating for corrosion control; oRemove, clean, and replace (if necessary) all electrical connections; oCoat with applicable compounds, oLubricate, reassemble, test, and calibrate each individual system with calibration to be performed in accordance with OEM factory specifications. The Contractor shall obtain any special tools designed and used by the OEM or equal for maintenance. Summary Report: The Contractor shall document in a log book each time a maintenance technician visits the site for Preventative Maintenance or in response to a service call. The log book will remain on-site at completion of the call. It shall include: 1.The time and date the call was received, the name of the caller, and the callers description of the problem; 2.The time and date support personnel arrived at the site and the name of the technician(s) who repaired the problem; 3.The type and model number(s) of the machine(s) serviced; 4.Technicians description of the problem; 5.Services performed to correct the problem; 6.List of field engineering changes installed; 7.Time spent for travel; 8.Time spent for repair; 9.Time and date the system returned to the Government; and 10.List of the parts replaced. Performance Standards a) STD: Performed in accordance with OEM factory specifications. AQL: 100% Deliverables A001 Equipment Malfunction Record A002 Service Point of Contact A003 Substitute Parts Statement A004 Summary Report 3.2 Emergency (Remedial) Maintenance 3.2.1The contractor shall perform emergency and non-emergency maintenance for Raytheon Hawk MPQ33, Weibel RTP 2100, Weibel SL-520P, and Weibel W-680 radar systems. This task is for emergency repair callout and includes that which is necessary from 3.1 to bring the individual system up to operating standards in accordance with OEM factory specifications with personnel on site within 48 hours of notification of repair. The maintenance personnel shall arrive at the designated point as indicated within 48 hours from the time the government makes actual contact with the Contractor through the designated maintenance point of contact (POC). The Government has the responsibility to provide the POC with as much information as possible to allow the proper selection of personnel and equipment to be dispatched to the system site. Government personnel authorized to request service will be designated in writing to the Contractor. When the equipment is inoperable, the Contractor shall have sufficiently skilled personnel on the job to return the equipment to an operable condition. Remedial maintenance shall be performed during the Preventative Maintenance (3.1) or extension thereof (if required) after notification that the system or device is inoperative. The Contractor shall have the capability of providing spare parts when needed for items that are contained in the system manufacturer's devices under contract. The level of replacement of worn or defective parts should be consistent with the original manufacturer's design of the equipment. If other than OEM parts are used, the contractor shall include a statement that the substitute parts are of equal or greater quality. In no case should the Contractor use any replacement parts in repairing equipment which would result in the OEM refusing to support the equipment. The Contractor shall document in a log book each time a maintenance technician visits the site for Preventative Maintenance or in response to a service call. The log book will remain on-site at completion of the call. It shall include: 1.The time and date the call was received, the name of the caller, and the callers description of the problem; 2.The time and date support personnel arrived at the site and the name of the technician(s) who repaired the problem; 3.The type and model number(s) of the machine(s) serviced; 4.Technicians description of the problem; 5.Services performed to correct the problem; 6.List of field engineering changes installed; 7.Time spent for travel; 8.Time spent for repair; 9.Time and date the system returned to the Government; and 10.List of the parts replaced. Performance Standards a) STD: Personnel shall be on site within 48 hours from the time the COR makes actual contact with the contractor through the designated maintenance point of contact (POC) (ref. Deliverable A002). [NOTE: The Government has the responsibility to provide the POC with as much information as possible to allow the proper selection of personnel and equipment to be dispatched to the site.] AQL: 95% b) STD: Level of replacement parts shall be consistent with the original manufacturer's design of the equipment. [NOTE: A003, Substitute Parts Statement is required if other than OEM parts are used.] AQL: 100% Deliverables A001 Equipment Malfunction Record A002 Service Point of Contact A003 Substitute Parts Statement 3.3 Test Support This task only pertains to that which is necessary to provide test support in the setup, operation, data collection, and processing of data derived from the WEIBEL Tracking Radar and the HAWK Tracking Radar. Depending on the test requirements, the contractor shall be required to collect data from up to three radars simultaneously. Specific details regarding test support requirements will be included in the task order issued for the test support. An example of a typical scenario would involve setting up a WEIBLE Tracking Radar behind the gun and using it as the master and slaving a Hawk Radar positioned to the side and behind the gun and also slaving a Hawk Radar positioned down range at a distance that would be determined by the type of munitions undergoing testing. The Contractor shall be responsible for merging the data collected from all three radars in order to provide a complete trajectory track. All the necessary support items such as but not limited to: data recorders, generators, wireless modems, antennas, cables, and connectors will be the responsibility of the Contractor to provide. Test customer funds are a potential source of funds for some of the test support. 3.3.1The contractor shall provide test support setup as identified in the task order issued for the test support for Raytheon Hawk MPQ33, Weibel RTP 2100, Weibel SL-520P, and Weibel W-680 radar systems. Performance Standards a) STD: Provides test support setup as specified in the task order issued for the test support. AQL: 100% Deliverables A004 Summary Report A005 Test Data 3.3.2The contractor shall provide test support operation as identified in the task order issued for the test support for Raytheon Hawk MPQ33, Weibel RTP 2100, Weibel SL-520P, and Weibel W-680 radar systems. Performance Standards a) STD: Provides test support operation as specified in the task order issued for the test support. AQL: 100% Deliverables A004 Summary Report A005 Test Data 3.3.3The contractor shall provide test support data collection as identified in the task order issued for the test support for Raytheon Hawk MPQ33, Weibel RTP 2100, Weibel SL-520P, and Weibel W-680 radar systems. Performance Standards a) STD: Provides test support data collection as specified in the task order issued for the test support. AQL: 100% Deliverables A004 Summary Report A005 Test Data 3.3.4The contractor shall provide test support data processing as identified in the task order issued for the test support for Raytheon Hawk MPQ33, Weibel RTP 2100, Weibel SL-520P, and Weibel W-680 radar systems. Performance Standards a) STD: Provides test support data processing as specified in the task order issued for the test support. AQL: 100% Deliverables A004 Summary Report A005 Test Data 3.4 Security Requirements The Contractor shall be responsible for on-site security of the work area, equipment, and personnel. The Contractor shall integrate current AT/OPSEC, operational contract support and related HQDA, and local command policy and procedure AR 525-13, ATTP 4-10, ALARACT message 110/2011, and guidance contained in Integrating Antiterrorism and Operations Security into the contract support process. Specifically, these areas will be adhered to prior to the award of the contract: oContracts requiring access to Army-controlled installation or facilities: The Contractor shall have a law enforcement background check completed for all employees who will be entering Army-controlled installations or facilities. Documentation of these checks shall be made available to the COR upon request. The Contractor shall provide to the COR, seven days in advance of the event, names and social security numbers (or equivalent identification numbers for non-US citizens) of all employees who will be entering Army-controlled installations or facilities. The Contractor shall ensure that its employees entering Army-controlled installations or facilities have obtained access badges and passes in accordance with facility regulations and that these badges and passes are obtained in advance so as not to delay the accomplishment of contracted services. The Contractor shall return all issued US Government Common Access Cards, installation badges, and/or access passes to the COR when the contract is completed or when a contractor employee no longer requires access to the installation or facility. The contractor shall comply with all personnel identity verification procedures. oFPCON (Force Protection Condition) impact on work levels. During FPCONs Charlie and Delta, services are discontinued. Services shall resume when the FPCON level is reduced to level Bravo or lower. oAll Contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, and controlled access areas, shall complete AT Level I awareness training within 10 calendar days after the 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 within 10 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevelI.dtic.mil/at. oThe Contractor and all associated subcontractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures. The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or the Security Office. Contractor workforce shall comply with all personal identity verification requirements 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 FPCON at any individual facility or installation change, the Government may require changes in contractor security matters or processes. oiWATCH Training. iWATCH training applies to Contractor employees with an area of performance within an Army controlled installation, facility, or area. The Contractor and all associates sub-contractors shall brief all employees on the local iWATCH program. This locally developed training shall be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious behavior to the COR. This training shall be completed within 60 calendar days of contract award and within 60 calendar days of new employees commencing performance with the results reported to the COR no later than 90 calendar days after contract award. oContractor Employees Who Require Access to Government Information Systems. All Contractor employees with access to a government information system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and ten annually thereafter. oPer AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. oAll Contractor employees and associated subcontractor employees shall complete the DOD Information Assurance (IA) awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DOD and Army training requirements in DODD 8570.01, DOD 8570.01-M, and AR 25-2 within six months of employment. 3.4.1The contractor shall responsible for on-site security for work area, equipment, and personnel. Performance Standards a) STD: Maintains on-site security of the work area, equipment, and personnel AQL: 90% Deliverables A007 Law Enforcement Background Check 3.4.2The contractor shall integrate security policy and procedures into the contract support process. Performance Standards a) STD: Integrates security procedures and requirements into the contract support process. AQL: 100% Deliverables A007 Law Enforcement Background Check A008 Training Verification 3.5 Personnel Reporting 3.5.1The contractor shall provide personnel reporting in accordance with the Department of the Army Personnel reporting system for CMRA reporting requirements. Performance Standards a) STD: Required data is entered into the CMRA database no later than October 31st. AQL: 100% 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety The following is in addition to the security requirements identified in 3.4 Contractor Access to DPG: Access to DPG requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drives license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to DPG. Delays caused by adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor's responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Foreign Visitors/Employees: Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit DPG during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. Vehicle Licensing and Registration: The contractor's vehicles shall be operated and maintained within safety limits prescribed by State of Utah and the installation. All vehicles operated on installation streets, roads, and thoroughfares shall be properly licensed and registered with the State of Utah. Personnel Identification: Contractor personnel shall have in his possession a photo identification card, for example, a valid driver's license. Physical Security: The contractor shall be responsible for safeguarding all government property in the work area. Facilities and equipment shall be secured at the close of each performance period. 4.2 Transition - Reserved Reserved 4.3 Government Furnished Materials - Reserved Reserved 4.4 Environmental Requirements - Reserved Reserved 4.5 Applicable Directives The contractor shall comply with all documents listed below as mandatory and referenced under paragraph 3.0, Performance Requirements. Compliance with documents listed as non-mandatory is the contractors' option. Mandatory compliance: Army Regulation 525-13 (AR 525-13), ATTP 4-10, ALARACT messages 110-2011 Integrating Antiterrorism and Operations Security into the Contract Support Process Non-Mandatory document: None 4.6.1 Conduct / Appearance The Government reserves the right to deny (bar from the post) an individual's access to DPG for reasons of impropriety that relate to laws, professions ethics, or conflict with Army requirements. In these situations, the contractor must provide an acceptable worker within thirty calendar days after receipt of notification that an individual has been banned from post. The contractor shall not sell any commodity or service to any individual on the installation or associated with this agreement. The contractor shall present a neat, well-groomed appearance at all times during the performance of services under the contract. The contractor shall wear clothing commonly associated and appropriate with the position. 4.6.2 Work Conditions - Reserved Reserved 4.6.3 Vacation / Illness/ Injury The contractor will not be paid, if he becomes ill and cannot perform. In the event of illness or injury, which may require emergency medical procedures or treatment, the contractor shall summon ambulance assistance by dialing 911 and notifying staff. The contractor is responsible for all costs for medical treatment that he may require. 4.6.4 Publicity The contractor shall not disclose information concerning this agreement or his activities at US Army Dugway Proving Grounds, Utah unless approved by the Contracting Officer. 4.6.5 Scheduled / Unscheduled Visits Such visits will include those conducted locally by the Garrison or Contracting Office, and/or appropriately appointed Inspector General on assignment from higher headquarters (i.e., Headquarters). 4.6.6 Insurance Requirements The following insurance is required as a minimum; (a) Legally Required Insurance: Where certain laws apply such as State laws governing workman's compensation and employer's liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. (b) Comprehensive General Liability & Automobile Liability: Comprehensive General Liability: Each Person Per Occurrence: None; Property Damage: $500,000 Automobile Liability: Each Person Per Occurrence: $200,000; Property Damage: $500,000 4.6.7 Identification of Contractor Personnel (a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company's discretion. No other items may be placed on the badge. (b) Contractor workspace (office, laboratory, desk, etc.) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include the company's name. 4.6.8 Government - Contractor Relationships (a) The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractors employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. (b) Contractor personnel under this contract shall not: (1) Be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2) Be placed in a staff or policy making position. (3) Be placed in a position of command, supervision, administration of control over DA Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4) Be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5) Be used in administration or supervision of military procurement activities. (c) Employee Relationship: (1) The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractors employees will act and exercise personal judgment and discretion on behalf of the contractor. (2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This stipulation is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract. 4.6.9 Replacement of Personnel When during the performance of this contract the Contractor intends to replace any one of the personnel specified in the Scope of Work, the Contractor will make available to the Government at least 30 days prior to replacement the resume of the individual to fill the specified position to ascertain if the minimum standards set forth in the Scope of Work are complied with and maintained. A monthly listing of employees shall be submitted to the Contracting Officer and one copy to the Contracting Officers Representative. The listing must state continuing employees and new employees. The Government reserves the right to request a copy of the resume at any time. The minimum standards of education and experience will be maintained throughout the term of the contract. 5 Deliverables The contractor shall provide deliverables as described for each task. Identifier Name Description A001Equipment Malfunction RecordAn equipment malfunction record shall be completed for each preventative maintenance visit and left with the Government's technical point of contract, Mr. John Kimball. A002Service Point of ContactThe Contractor shall provide the Government with an immediate method of communication for service calls. This method of communication must be available and monitored 24 hours a day, 7 days a week including holidays. A003Substitute Parts StatementIf other than OEM parts are used, the Contractor shall include a statement that the substitute parts are of equal or greater quality. A004Summary ReportThe vendor shall provide a written summary report to the Branch Chief detailing the work that was performed during the Depot Level Maintenance, Emergency Maintenance, and/or Test Support A005Test DataTime Space Position Information Test Data requirements are outlined in the Test Plan for each respective test. A006Service ReportsThe Contractor shall document in a log book each time a maintenance technician visits the site for Preventative Maintenance or in response to a service call. A007Law Enforcement Background CheckMade available to the COR upon request. A008Training Verification 6 Related Documents The following Documents are related to this project: None (End of PWS) 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-0043. All firms responding must be registered with the Central Contractor Registration (CCR)/System for Award Management (SAM). North American Industrial Classification Standard 811219 ($19.0) size standard in millions of dollars applies to this procurement. Attachments: 1.Performance Requirements Summary 2.Pricing Schedule 3.SCA Wage Rates 4.Visitor Guide Offers: In responding, offerors must provide the following to be considered responsive: 1.Quote 2.Completed pricing schedule 3.List of a minimum of three references (with contact information) who are able to verify the capabilities of the offeror to perform the required work Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Thursday, September 13, 2012 at 2:00 p.m. (prevailing local time at Dugway Proving Ground, UT). The following provisions and clauses apply to this RFQ: Local FAR Clauses: 52.000-4001, Foreign Visitors / Employees; 52.000-4002, Location of U.S. Army Dugway Proving Ground; 52.000-4003, Normal Work Hours; 52.000-4107, Security Badges and/or Protective Masks; 52.000-4010, Post-Award Conference; 52.000-4949, Contractor Access to DPG; 52.204-4000, Department of Army Personnel Reporting System; and 52.223-4001, OSHA Standards. FAR Provisions and Clauses: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Offerors shall include a completed copy of this provision with its offer); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; oThe following clauses are incorporated by FAR 52.212-5 for this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; and 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.228-4001, Insurance Requirements 52.223-5, Pollution Prevention and Right-to-Know Information; 52.228-5, Insurance - Work on a Government Installation; 52.232-18, Availability of Funds; 52.237-4004, Identification of Contractor Employees; 52.242-4004, Government Contractor Relationships; 52.246-1, Contractor Inspection Requirements; 52.246-4, Inspection of Services Fixed Price; 52.247-34, FOB: Destination (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022). DFARS Provisions and Clauses: 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003 Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items (Offerors shall include a completed copy of this provision with its offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; oThe following clauses are incorporated by DFARS 252.212-7001 for this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Alternate III, Transportation of Supplies by Sea 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and 252.232-7010, Levies on Contract Payments. Interested vendors wishing to respond to this solicitation shall provide a quote and pricing valid for 60 calendar days. Offers are due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on September 17, 2012. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. Hardcopy offers shall be submitted to: US Army Contracting Agency / Dugway CCMI-CHD-DG ATTN: Sandra Johnson 5330 Valdez Circle MS #1 Dugway Proving Ground, UT 84022 Please note that Dugway Proving Ground is a secure military installation. Please review the attached Visitor Guide (pg. 10) regarding installation access for hand-delivering offers. Contact Sandy Johnson at the email or phone number listed below if hand-delivery is intended no later than 5:00 PM (prevailing local time at Dugway Proving Ground) Wednesday, September 12, 2012. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via ema
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/897ba91d65c1a4ace9a0179c39507916)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN02870175-W 20120908/120906235734-897ba91d65c1a4ace9a0179c39507916 (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 |