SOLICITATION NOTICE
J -- Calibration and Preventative Maintenance for Instron - Provisions and Clauses
- Notice Date
- 5/20/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0170
- Archive Date
- 6/18/2016
- Point of Contact
- Nathlie M Hicks, Phone: 3013943985
- E-Mail Address
-
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Provision and Clauses (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1)(i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to: Illinois Tool Works, Inc/ DBA Instron, 825 University Avenue, Norwood, MA 02062 This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is: W911QX-16-T-0170 This acquisition is issued as an Request for Quote (RFQ) / Notice of Intent to Sole Source (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-88 (iv) The associated NAICS code is 811219 The small business size standard is 1000 employees (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Calibration and Preventative Maintenance (vi) Description of requirements: The Government requires the following; calibration and preventative maintenance on Instron Test systems; nine (9) 55R series electro mechanical frame, six (6) 88R series servo hydraulic frame, one (1) 8803 series servo hydraulic frame, and two (2) 8871 series servo hydraulic frame. Within the (18) test frames, there are fifty one (51) force transducers, eighteen displacement transducers, and two (2) extensometer. Performance Work Statement (PWS) Instron Calibrations and Maintenance C.1. Background The Army Research Laboratory (ARL) owns eighteen (18) Instron Material Test Systems that require calibration and preventative maintenance. The Instron testing systems are located at the Aberdeen Proving Ground (APG) in Aberdeen, Maryland. The testing systems consist of nine (9) 55R series electro mechanical frame, six (6) 88R series servo hydraulic frame, one (1) 8803 series servo hydraulic frame, and two (2) 8871 series servo hydraulic frame. Within the (18) test frames, there are fifty one (51) force transducers, eighteen displacement transducers, and two (2) extensometer. C.2 Requirement C.2.1 Calibrations C.2.1.1 The Contractor shall calibrate the fifty-one (51) affixed force transducers located on the eighteen (18) test frames. The Contractor shall ensure the force transducers are remounted and realigned to the recommended test frame based on the actuator capacity. The Contractor shall ensure that the calibrations comply with National Institute of Standards and Technology (NIST) calibration standards. C.2.1.2 The Contractor shall calibrate the eighteen (18) affixed displacement transducers located on the eighteen (18) test frames according to NIST calibration standards. C.2.1.3 The Contractor shall provide a signed and dated calibration certificates to the Technical Point of Contact (TPOC) indicating verification of calibration for all fifty one (51) force transducers, eighteen (18) displacement transducer and two (2) extensometer. Contractor shall indicate a 18 month calibration due date from date of completion per NIST calibration standards C.2.2 Maintenance C.2.2.1 The Contractor shall conduct maintenance for the eighteen (18) load test frames, which encompasses the nine (9) electrical-mechanical load test frame and the nine (9) servo hydraulic load test frames, in accordance with current INSTRON test standards C.2.2.1.1 The Contractor shall visually and mechanically check the plumbing lines/junctions on all nine (9) servo hydraulic load test frames for oil and water leaks at operating pressure. The Contractor shall conduct these checks at a minimum of 3000 pound per square inch (psi) system pressure. The Contractor shall correct any leaks to ensure full functionality of the test frame. (Routine Maintenance services do not include material repairs, only exposure and guidance towards repairs if required. Any material repairs would be handled separately from this contract.) C.2.2.1.2 The Contractor shall ensure the full functionality of INSTRON emergency stop buttons. The Contractor shall rectify any malfunctions of the buttons and ensure the buttons are fully functional. (Routine Maintenance services do not include material repairs, only exposure and guidance towards repairs if required. Any material repairs would be handled separately from this contract.) C.3 Government Furnished Property C.3.1 The Government will provide access to hydraulic oil, re-circulating cooling and electric power. C.4 Distribution Statement A: Approved for public release; distribution is unlimited. (vii) Delivery is required by: 60 days after contract awarded Delivery shall be made to: US Army Research 434 Mulberry Point, Aberdeen Proving Ground, MD 21005-5001 Acceptance shall be performed at: Aberdeen Proving Ground, MD 21005-5001 The FOB point is: Aberdeen Proving Ground, MD 21005-5001 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A - Notice of Intend to Sole Source (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. NONE (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013); 52.209-6 -- PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (OCT 2010); 52.222-50 COMBATTING TRAFFICKING IN PERSONS; 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR AWARD MANAGEMENT; 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014); 52.222-53 - EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTACTS FOR CERTAIN SERVICE REQUIREMENTS (MAY 2014) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION; 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) ; (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 System for Award Management 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.252-2 Clauses Incorporated By Reference 252.204-0001 Line Item Specific: Single Funding 252.204-7000 DISCLOSURE OF INFORMATION; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.011-4401 RECEIVING ROOM REQUIREMENT - APG (SEPT 1999); ACC-APG 5152.237-4900 - ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013) 52.237-4403 WORK HOURS 52.237-4404 IDENTIFICATION OF CONTRACTOR EMPLOYEES APG-ADL-H.5152.246-4401 KEY PERSONNEL (FEB 2000) 52.237-4405 GOVERNMENT-CONTRACTOR RELATIONSHIPS APG-ADL-G.5152.232-4423- PAYMENT OFFICE (BANKCARD INVOICES REQUIRED) (SEP 2010); APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on: 06/03/16, by 10:00am, Email: nathlie.m.hicks.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nathlie M. Hicks, 301-394-3985, or email: nathlie.m.hicks.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2fa10ce0a4cffbbdb37901d52956f617)
- Place of Performance
- Address: US Army Research, Aberdeen Proving Ground, Maryland, 21005-5001, United States
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN04124122-W 20160522/160520234306-2fa10ce0a4cffbbdb37901d52956f617 (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 |