Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
SOLICITATION NOTICE

J -- Preventive maintenance and emergency repair services for government owned Uninterruptible Power Supply System

Notice Date
1/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
0010616522
 
Response Due
1/20/2015
 
Archive Date
3/9/2015
 
Point of Contact
Linda Reynolds, 443-861-4743
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(linda.j.reynolds.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, as supplemental 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. The U.S. Army Contracting Command, Aberdeen Installation Contracting Division, Aberdeen Proving Ground, MD intends to issue a Competitive quote mark Small Business quote mark award. This acquisition shall is to provide the preventive maintenance and emergency repair service for the government owned Uninterruptible Power Supply System (UPS) for the US Army Aberdeen Test Center (ATC). Solicitation number 0010616522 is issued as a request for proposal (RFP). The Federal Acquisition Circular FAC 2005-55. This associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $7.0 million. Request for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. The intention is to issue a single award at the discretion of the Government. Provide a price per CLIN. Interested parties may identify their capabilities by responding to this requirement, not later than 08:00 a.m. Eastern Standard Time (EST) on 20 January 2015. Period of Performance: TBD following contract award. This acquisition will be made using Wide Area Work Flow (WAWF). All information submitted should support the offerors capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offerors bona fide capability to provide these item(s). Verbal responses are not acceptable and will not be considered. Responses shall be submitted to the point of contact Linda Reynolds via e-mail at linda.j.reynolds.civ@mail.mil. CLIN 0001: FFP Service Base Year Period of Performance: to be determined upon date of award The contractor shall provide the preventative maintenance and emergency repair services for the Government Owned Uninterruptible Power Supply System (UPS). 1 quote mark Job quote mark @ $_______________ Equipment: Uninterruptible Power System (UPS); Powerware, Model PW0330-40-30 KVA UPS, S/N: EX133AXX10 Government Technical Point of Contact: will be appointed upon award. Reference the attached Performance Statement of Work INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-4003 and the WAWF instructions. CLIN 0002 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 1001 - FFP Services Option Year One (1) Period of Performance: to be determined upon date of award The contractor shall provide the preventative maintenance and emergency repair services for the Government Owned Uninterruptible Power Supply System (UPS). 1 quote mark Job quote mark @ $_______________ Equipment: Uninterruptible Power System (UPS); Powerware, Model PW0330-40-30 KVA UPS, S/N: EX133AXX10 Government Technical Point of Contact: will be appointed upon award. Reference the attached Performance Statement of Work INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-4003 and the WAWF instructions. CLIN 1002: Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 2001 - FFP Services Option Year Two (2) Period of Performance: to be determined upon date of award The contractor shall provide the preventative maintenance and emergency repair services for the Government Owned Uninterruptible Power Supply System (UPS). 1 quote mark Job quote mark @ $_______________ Equipment: Uninterruptible Power System (UPS); Powerware, Model PW0330-40-30 KVA UPS, S/N: EX133AXX10 Government Technical Point of Contact: will be appointed upon award. Reference the attached Performance Statement of Work INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-4003 and the WAWF instructions. CLIN 2002: Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. quote mark THE PERFORMANCE WORK STATEMENT FOR THE CAMERA SYSTEMS quote mark 1. INTRODUCTION: 1.1. Supported Activity: To provide the Imaging Team a maintenance contract on specialized Imaging equipment in order to support RDT&E testing at Aberdeen Test Center. 2. BACKGROUND: 2.1. This equipment is instrumental in documenting all testing conducted at the various ATC test ranges. The repair facility must have in-house capabilities to troubleshoot and repair the equipment. The equipment location: US Army Aberdeen Test Center Imaging Technology, Building 319 Aberdeen Proving Ground, MD 21005 3. DESCRIPTION/SCOPE/OBJECTIVE 3.1. The purpose of this order is to for the vendor to provide maintenance and repair of all of the ATC's government owned video cameras and recorders for a base year with two (2) option years. 3.2. This project will be funded for each individual repair with proper payment documentation. 3.3. This is a firm fixed price award. 3.4. Estimated Work Requirement: For the purposes of indicating scope of work only, the Government estimate for the work to be performed in the period of performance of this SOW is included below. This estimate is the Government's interpretation of the requirement and is not intended to be binding on either party or to be the only possible solution to the requirement. The hours to be performed may vary over the course of the period of performance. 3.5. Best Effort. The contractor shall perform the specified work within this request to the best of their abilities while staying within the awarded ceiling price. This effort includes providing required personnel who are qualified, sufficiently trained, and properly supervised following accepted industry best practices and methodologies. The effort is further characterized by endeavoring to use effective and efficient methods and demonstrating sound cost control. 3.6. The Contractor shall provide professional, administrative, or technical services in support of each member's initiatives and assigned missions. The work effort is to provide the support required to achieve the desired degree of responsiveness essential to accommodate workload demands. Specific work shall include, but not be limited to the following: 4. DELIVERABLES AND SCHEDULE: 4.1. Deliverables. Any deliverable defined in this SOW shall be submitted under official company letterhead signed by a designated company representative. The cover letter shall be addressed to the customer's Government Technical Point of Contact (TPOC) unless otherwise directed. A copy shall be submitted in wide area work flow (WAWF) for payment. The cover letter shall include as a minimum, the title of the applicable deliverable, date performed, and the appropriate contract number or purchase order number to which the deliverable applies. 5. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT: 5.1. All repaired and returned Imaging equipment will be checked by a qualified ATC technician prior to payment. 6. PERIOD OF PERFORMANCE: 6.1. The period of performance: shall be determined upon award for a base year with two (2) Option Years. 7. PLACE OF PERFORMANCE/LOCATION OF WORK: 7.1. The equipment location: US Army Aberdeen Test Center Imaging Technology, Building 319 Aberdeen Proving Ground, MD 21005 7.2. The place of performance is: to be determined upon award 7.3. The Contracting Officer's Representative (COR) and/or Government Technical Point of Contact (TPOC): will be appointed upon award 8. CONFIDENTIALITY: 8.1. This project and all materials provided to the Contractor by the Government and results, conclusions and recommendations obtained thereof should be considered confidential in nature and treated with the same level of care that the Contractor treats its own confidential business information. The information shall not be disclosed, copied, modified, used (except in the completion of this project) or otherwise disseminated to any other person or entity at any time to include, but not limited to inclusion in any database external to the Government without the Government's express consent. 9. NON-PERSONAL SERVICE STATEMENT: 9.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the statement of work. Contactor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9128525dc0fe926715d4547bd362d86e)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03611687-W 20150110/150108234912-9128525dc0fe926715d4547bd362d86e (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.