SOLICITATION NOTICE
J -- Instrument Maintenance and Repair - QASP
- Notice Date
- 9/8/2017
- 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 (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-17-T-0218
- Archive Date
- 10/25/2017
- Point of Contact
- Amy DuBree, Phone: 4438614743, Sherry L. Compton,
- E-Mail Address
-
amy.c.dubree2.civ@mail.mil, sherry.l.compton.civ@mail.mil
(amy.c.dubree2.civ@mail.mil, sherry.l.compton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- QASP COMBINED SYNOPSIS/SOLICITATION W91ZLK-17-T-0218 INSTRUMENT MAINTENANCE AND REPAIR This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-95. The solicitation number for this request for proposal (RFP) is W91ZLK-17-T-0218. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard $20.5M. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. 1. Preventive maintenance and repair service The contractor shall provide instrument maintenance on a Repair and Return (R&R) basis. The instruments are physically transported to the local service provider, located within 50 miles of Aberdeen Proving Ground - Edgewood Area (APG-EA), for repair and are returned when the repair is completed. The contractor shall provide as-needed R&R services for (2) Model 7500 Autosampler, thirty-one (31) Model 9600 Tube Conditioners, one-hundred-four (104) Model ACEM 900 Controllers, fourteen (14) Model ACEM 9300 Controllers, and seventeen (17) Model ACEM 980 Controllers. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Maintenance and Repair W91ZLK-17-T-0218 PRICE Proposal Volume II: Maintenance and Repair W91ZLK-17-T-0218 TECHNICAL PROPOSAL ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-17-T-0218 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. INCLUDE ALL Information Below: Item 0001: Maintenance and Repair to include parts. Labor rates will be firm-fixed price, parts will be a set discount from list prices. QTY: 1 Hourly Rate: _________ QTY: 1 OT Hourly Rate: _________ Rates are based on 155 regular hours and 15 overtime estimated hours for R&R. Parts will be priced based on a ______% discount on list prices. This CLIN will have a cost constraint of Not-To-Exceed Item: 0002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: Years Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting 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. Price Restraint: NSP Item 1001: Option Year One Maintenance and Repair to include parts. Labor rates will be firm-fixed price, parts will be a set discount from list prices. QTY: 1 Hourly Rate: _________ QTY: 1 OT Hourly Rate: _________ Rates are based on 155 regular hours and 15 overtime estimated hours for R&R. Parts will be priced based on a ______% discount on list prices. This CLIN will have a cost constraint of Not-To-Exceed Item: 1002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: Years Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting 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. Price Restraint: NSP Item 2001: Option Year Two Maintenance and Repair to include parts. Labor rates will be firm-fixed price, parts will be a set discount from list prices. QTY: 1 Hourly Rate: _________ QTY: 1 OT Hourly Rate: _________ Rates are based on 155 regular hours and 15 overtime estimated hours for R&R. Parts will be priced based on a ______% discount on list prices. This CLIN will have a cost constraint of Not-To-Exceed Item: 2002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: Years Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting 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. Price Restraint: NSP Volume II: Detail Technical Proposal to include the following elements: 1. Demonstrate the ability to perform requirements set forth in the PWS. 2. Demonstrate the ability to perform requirements set forth in the QASP. 3. Contractor shall be located within 50 miles of Aberdeen Proving Ground, Edgewood Area. 4. Discussion on the availability and acquirement of OEM spare parts for covered equipment. 5. Provide documentation that technicians are OEM certified. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (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-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. All questions must be submitted via email to amy.c.dubree2.civ@mail.mil AND sherry.l.compton.civ@mail.mil by 3 October 2017, 10:00 a.m. EST. SUBJECT LINE: W91ZLK-17-T-0218 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 10 October 2017, 3:00 p.m. EST via email to amy.c.dubree2.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STATEMENT Repair and Return of CDS Dynatherm Analytical Instruments 1. GENERAL: The objective of this contract is to provide instrument maintenance on a Repair and Return (R&R) basis. The instruments are physically transported to the local service provider, located within 50 miles of Aberdeen Proving Ground - Edgewood Area (APG-EA), for repair and are returned when the repair is completed. The instrument list is provided below in this PWS. 1.1 SCOPE: This is a non-personal services contract to provide R&R instrument maintenance for CDS Analytical Model 7500 Autosamplers and Model 9600 Tube Conditioners; and for Dynatherm Models ACEM 900, ACEM 9300, and ACEM 980 Controllers. The Government shall not exercise any supervision or control over the contract service provider performing services herein. 1.2 BACKGROUND: The Edgewood Chemical Biological Center (ECBC) Environmental Monitoring Laboratory (EML) utilizes CDS Dynatherm autosampler, tube conditioner, and controller instrumentation to analyze environmental samples collected at APG-EA and other field locations. Accurate and timely results are critical to ensure that human health and the environment can be immediately protected in the event that measured concentrations exceed regulatory exposure levels. The CDS Dynatherm instruments must be maintained within the manufacturer's specifications to ensure the proper functioning of the instruments necessary for obtaining accurate measurements. 1.3 PERIOD OF PERFORMANCE: The period of performance shall be from time of award to twelve (12) months, with two (2) twelve (12) month option periods and a potential six (6) month option period pursuant to FAR 52.217-9. 2.0 APPLICABLE DOCUMENTS AND AVAILABILITY: 2.1 Specific model Original Equipment Manufacturer (OEM) instrument manuals and software are available at https://www.cdsanalytical.com 2.2 OEM Manual with Operating Instructions and Software, Model 7500 Autosampler 2.3 OEM Manual with Operating Instructions and Software, Model 9600 Tube Conditioner 2.4 OEM Manual with Operating Instructions and Software, Model ACEM 900 Controller 2.5 OEM Manual with Operating Instructions and Software, Model ACEM 9300 Controller 2.6 OEM Manual with Operating Instructions and Software, Model ACEM 980 Controller 3.0 REQUIREMENTS: 3.1 The contractor shall provide as-needed R&R services for up to two (2) Model 7500 Autosamplers, thirty-one (31) Model 9600 Tube Conditioners, one-hundred-four (104) Model ACEM 900 Controllers, fourteen (14) Model ACEM 9300 Controllers, and seventeen (17) Model ACEM 980 Controllers. 3.2 The contractor shall be located within 50 miles (one-way) of APG-EA so that the instruments can be transported to and from the contractor by government personnel when necessary. 3.3 Repair of all instruments shall be performed at the contractor's facility utilizing OEM-approved parts with OEM servicing conducted by factory-trained technicians with documentation of all service and repairs completed on the contractor's standard service form. 3.4 The repair cost of an individual instrument shall not exceed 25% of replacement cost, unless approved in writing by the COR. 3.5 Repairs may include, but are not limited to: replacement of valves, circuit board repair or replacement, heater and component repair or replacement, tubing and fitting replacement. 3.6 The contractor shall test repaired instruments prior to return to the customer and evidence of testing shall be provided to the customer when applicable (e.g. ACEM 900s, 9300s, and 980s). The testing shall consist of a mass spectrometer-generated spectrum of background air versus Perfluorotributylamine (PFTBA) and a chromatogram of thermal desorption test mix. The background air utilized during testing shall be less than 10% and meet OEM test mix chromatography standards for new instruments. 3.7 The contractor shall provide an invoice to the Government at the time the instrument is returned and service is completed with the repaired instruments detailing the repairs performed, parts used, and labor hours. When shipping is necessary when the instrument is in use at a remote site to APG-EA (e.g. Pine Bluff, Arkansas), the actual shipping charges shall be added to the invoice. The contract shall submit the invoice charges in Wide Area Workflow (WAWF) for reimbursement within 10 business days after the instrument is returned to the Government. 3.8 Instrument List: # Model Number Manufacturer Description Serial Number 1 7500 CDS Analytical TD Autosampler 75110082115 2 7500 CDS Analytical TD Autosampler 75111082115 3 9600 CDS Analytical 6 Tube Conditioner 24235 4 9600 CDS Analytical 6 Tube Conditioner 42401 5 9600 CDS Analytical 6 Tube Conditioner 42410 6 9600 CDS Analytical 6 Tube Conditioner 42424 7 9600 CDS Analytical 6 Tube Conditioner 42434 8 9600 CDS Analytical 6 Tube Conditioner 42436 9 9600 CDS Analytical 6 Tube Conditioner 42437 10 9600 CDS Analytical 6 Tube Conditioner 42439 11 9600 CDS Analytical 6 Tube Conditioner 42443 12 9600 CDS Analytical 6 Tube Conditioner 42444 13 9600 CDS Analytical 6 Tube Conditioner 42445 14 9600 CDS Analytical 6 Tube Conditioner 42446 15 9600 CDS Analytical 6 Tube Conditioner 42447 16 9600 CDS Analytical 6 Tube Conditioner 42448 17 9600 CDS Analytical 6 Tube Conditioner 42449 18 9600 CDS Analytical 6 Tube Conditioner 42450 19 9600 CDS Analytical 6 Tube Conditioner 42451 20 9600 CDS Analytical 6 Tube Conditioner 42452 21 9600 CDS Analytical 6 Tube Conditioner 42483 22 9600 CDS Analytical 6 Tube Conditioner 42484 23 9600 CDS Analytical 6 Tube Conditioner 42500 24 9600 CDS Analytical 6 Tube Conditioner 42501 25 9600 CDS Analytical 6 Tube Conditioner 42523 26 9600 CDS Analytical 6 Tube Conditioner 42524 27 9600 CDS Analytical 6 Tube Conditioner 42525 28 9600 CDS Analytical 6 Tube Conditioner 42526 29 9600 CDS Analytical 6 Tube Conditioner 42528 30 9600 CDS Analytical 6 Tube Conditioner 42529 31 9600 CDS Analytical 6 Tube Conditioner 42537 32 9600 CDS Analytical 6 Tube Conditioner 42538 33 9600 CDS Analytical 6 Tube Conditioner 90211 34 ACEM 900 Dynatherm Controller 11 35 ACEM 900 Dynatherm Controller 19155-E 36 ACEM 900 Dynatherm Controller 19159-E 37 ACEM 900 Dynatherm Controller 19165-E 38 ACEM 900 Dynatherm Controller 19166-E 39 ACEM 900 Dynatherm Controller 19177-E 40 ACEM 900 Dynatherm Controller 19211-E 41 ACEM 900 Dynatherm Controller 19226-E 42 ACEM 900 Dynatherm Controller 19234-E 43 ACEM 900 Dynatherm Controller 19243-E 44 ACEM 900 Dynatherm Controller 19252-E 45 ACEM 900 Dynatherm Controller 19258-E 46 ACEM 900 Dynatherm Controller 19263-E 47 ACEM 900 Dynatherm Controller 19268-E 48 ACEM 900 Dynatherm Controller 19269-E 49 ACEM 900 Dynatherm Controller 19271-E 50 ACEM 900 Dynatherm Controller 19272-E 51 ACEM 900 Dynatherm Controller 19281-E 52 ACEM 900 Dynatherm Controller 19282-E 53 ACEM 900 Dynatherm Controller 19309-E 54 ACEM 900 Dynatherm Controller 19313-E 55 ACEM 900 Dynatherm Controller 19315-E 56 ACEM 900 Dynatherm Controller 19322-E 57 ACEM 900 Dynatherm Controller 19346-E 58 ACEM 900 Dynatherm Controller 19354-E 59 ACEM 900 Dynatherm Controller 19355-E 60 ACEM 900 Dynatherm Controller 19356-E 61 ACEM 900 Dynatherm Controller 19385-E 62 ACEM 900 Dynatherm Controller 19403-E 63 ACEM 900 Dynatherm Controller 19410-E 64 ACEM 900 Dynatherm Controller 19413-E 65 ACEM 900 Dynatherm Controller 19437-E 66 ACEM 900 Dynatherm Controller 19445-E 67 ACEM 900 Dynatherm Controller 19459-E 68 ACEM 900 Dynatherm Controller 19467-E 69 ACEM 900 Dynatherm Controller 19468-E 70 ACEM 900 Dynatherm Controller 19469-E 71 ACEM 900 Dynatherm Controller 19542-E 72 ACEM 900 Dynatherm Controller 19547-E 73 ACEM 900 Dynatherm Controller 19552-E 74 ACEM 900 Dynatherm Controller 19555-E 75 ACEM 900 Dynatherm Controller 19557-E 76 ACEM 900 Dynatherm Controller 19574-E 77 ACEM 900 Dynatherm Controller 19577-E 78 ACEM 900 Dynatherm Controller 19584-E 79 ACEM 900 Dynatherm Controller 19597-E 80 ACEM 900 Dynatherm Controller 19608-E 81 ACEM 900 Dynatherm Controller 19647-E 82 ACEM 900 Dynatherm Controller 19664-E 83 ACEM 900 Dynatherm Controller 19690-E 84 ACEM 900 Dynatherm Controller NSN 85 ACEM 900 Dynatherm Controller 16901 86 ACEM 900 Dynatherm Controller 19155 87 ACEM 900 Dynatherm Controller 19159 88 ACEM 900 Dynatherm Controller 19166 89 ACEM 900 Dynatherm Controller 19168 90 ACEM 900 Dynatherm Controller 19174 91 ACEM 900 Dynatherm Controller 19175 92 ACEM 900 Dynatherm Controller 19181 93 ACEM 900 Dynatherm Controller 19205 94 ACEM 900 Dynatherm Controller 19205 95 ACEM 900 Dynatherm Controller 19218 96 ACEM 900 Dynatherm Controller 19226 97 ACEM 900 Dynatherm Controller 19236 98 ACEM 900 Dynatherm Controller 19239 99 ACEM 900 Dynatherm Controller 19252 100 ACEM 900 Dynatherm Controller 19269 101 ACEM 900 Dynatherm Controller 19270 102 ACEM 900 Dynatherm Controller 19271 103 ACEM 900 Dynatherm Controller 19272 104 ACEM 900 Dynatherm Controller 19274 105 ACEM 900 Dynatherm Controller 19279 106 ACEM 900 Dynatherm Controller 19281 107 ACEM 900 Dynatherm Controller 19282 108 ACEM 900 Dynatherm Controller 19309 109 ACEM 900 Dynatherm Controller 19313 110 ACEM 900 Dynatherm Controller 19314 111 ACEM 900 Dynatherm Controller 19322 112 ACEM 900 Dynatherm Controller 19338 113 ACEM 900 Dynatherm Controller 19348 114 ACEM 900 Dynatherm Controller 19385 115 ACEM 900 Dynatherm Controller 19403 116 ACEM 900 Dynatherm Controller 19430 117 ACEM 900 Dynatherm Controller 19437 118 ACEM 900 Dynatherm Controller 19438 119 ACEM 900 Dynatherm Controller 19445 120 ACEM 900 Dynatherm Controller 19459 121 ACEM 900 Dynatherm Controller 19467 122 ACEM 900 Dynatherm Controller 19469 123 ACEM 900 Dynatherm Controller 19479 124 ACEM 900 Dynatherm Controller 19526 125 ACEM 900 Dynatherm Controller 19527 126 ACEM 900 Dynatherm Controller 19542 127 ACEM 900 Dynatherm Controller 19547 128 ACEM 900 Dynatherm Controller 19552 129 ACEM 900 Dynatherm Controller 19553 130 ACEM 900 Dynatherm Controller 19574 131 ACEM 900 Dynatherm Controller 19577 132 ACEM 900 Dynatherm Controller 19584 133 ACEM 900 Dynatherm Controller 19597 134 ACEM 900 Dynatherm Controller 19647 135 ACEM 900 Dynatherm Controller 19651 136 ACEM 900 Dynatherm Controller NSN 137 ACEM 900 Dynatherm Controller NSN 138 ACEM 9300 Dynatherm Controller 10284 139 ACEM 9300 Dynatherm Controller 10285 140 ACEM 9300 Dynatherm Controller 10304 141 ACEM 9300 Dynatherm Controller 10446 142 ACEM 9300 Dynatherm Controller 10448 143 ACEM 9300 Dynatherm Controller 10477 144 ACEM 9300 Dynatherm Controller 10538 145 ACEM 9300 Dynatherm Controller 10539 146 ACEM 9300 Dynatherm Controller 10540 147 ACEM 9300 Dynatherm Controller 10541 148 ACEM 9300 Dynatherm Controller 10546 149 ACEM 9300 Dynatherm Controller 10547 150 ACEM 9300 Dynatherm Controller 10557 151 ACEM 9300 Dynatherm Controller 10558 152 ACEM 980 * Dynatherm Controller 19309 153 ACEM 980 * Dynatherm Controller 32909 154 ACEM 980 * Dynatherm Controller 32912 155 ACEM 980 * Dynatherm Controller 32914 156 ACEM 980 * Dynatherm Controller 32926 157 ACEM 980 * Dynatherm Controller 32927 158 ACEM 980 * Dynatherm Controller 32942 159 ACEM 980 * Dynatherm Controller 32965 160 ACEM 980 * Dynatherm Controller 32967 161 ACEM 980 * Dynatherm Controller 32970 162 ACEM 980 * Dynatherm Controller 32973 163 ACEM 980 * Dynatherm Controller 32988 164 ACEM 980 * Dynatherm Controller 33004 165 ACEM 980 * Dynatherm Controller 33010 166 ACEM 980 * Dynatherm Controller 33011 167 ACEM 980 * Dynatherm Controller 33028 168 ACEM 980 * Dynatherm Controller 32919-D *Repairs based on availability of components and parts. 4.0 DELIVERABLES AND DELIVERY SCHEDULE: The instruments shall be repaired within 30 calendar days of submission to contractor; and the Government will be notified to pick up the instruments if necessary. Exceptions to the 30 calendar day return policy is when the Government submits more than three (3) instruments for repair during a one-month time period. 5.0 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS, AND SERVICES: The Government furnished material is limited to the Government-Owned CDS Dynatherm instruments that are sent in to be repaired. 6.0 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS, AND SERVICES: The contractor shall provide all facilities, equipment, automation systems, materials and services required for satisfaction of the contract terms. 7.0 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): See Exhibit 1 (Attached). 8.0 CONTRACTING OFFICERS REPRESENTATIVE (COR): To be specified upon contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/086c62509715b63d3e341d75094aea2d)
- Place of Performance
- Address: Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN04669788-W 20170910/170908232719-086c62509715b63d3e341d75094aea2d (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 |