SOURCES SOUGHT
J -- CALIBRATION OF TINIUS OLSEN EQUIPMENT
- Notice Date
- 2/15/2018
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W911KF)(ANAD), 7 FRANKFORD AVE, Anniston, Alabama, 36201-4199, United States
- ZIP Code
- 36201-4199
- Solicitation Number
- W911KF-18-S-0006
- Point of Contact
- T. Morey Gaddy, Phone: 256-741-5227
- E-Mail Address
-
troy.m.gaddy2.civ@mail.mil
(troy.m.gaddy2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for market research purposes only. This is NOT a request for quotes or proposals. Summary of Service: STATEMENT OF WORK 1. SCOPE: Provide on-site repairs, one (1) preventive maintenance, and one (1) calibration verification service (and calibration if needed) per year for each piece of Government owned testing equipment listed in the Schedule and supporting accessories. Any instrumentation, PLC and or programming associated with the functioning of the equipment shall be considered part of the equipment and included in the contracted services described herein. This equipment is located at Anniston Army Depot, Anniston, AL 36201-4199. 1.1 During the term of the contract, individual covered equipment may be moved, replaced by like equipment, or added, depending on the Governments needs. Anniston may choose to substitute or not service some equipment listed on the schedule during a service visit. Invoicing for each service visit will be determined by the actual items serviced during the visit, not to exceed the contract negotiated price. (Anniston will not be charged for service and calibration of equipment listed on the schedule that is not actually serviced.) 1.2 Prices for replaced equipment can be renegotiated only if the replaced equipment is significantly different from the existing equipment. Prices for added equipment will be determined based on the negotiated price of existing equipment in the contract unless it is significantly different. 1.3 No work shall be performed that may incur additional cost without the approval of the Contracting Officer. All negotiations, approval of funds, and invoicing shall be conducted through the Contracting Officer. 2. REQUIREMENTS: The prices listed shall cover the cost of all things necessary to perform on-site emergency repairs, preventive maintenance and calibration verification /calibration services including labor, documents, diagnostic equipment, tools schematics, transportation etc. Calibration verification /calibration services shall be performed in conjunction with preventive maintenance by competent service technicians that are trained and experienced in operating, servicing, and maintaining all of the equipment listed in the Schedule. The maintenance and calibration verification /calibration shall keep the equipment and accessories listed on the Schedule in complete compliance with the appropriate ASTM and National Institute of Standards and Technology (NIST) requirements. Maintenance and Certification and documentation shall also conform to any standards inclusive within these standards. The standards can be obtained through: (ASTM, 100 Barr Harbor Drive, West Conshohocken, PA 19428-2959; (610) 832- 9585; www.astm.org); (NIST Boulder, MS104, 325 Broadway, Boulder, Colo. 80305-3328; (303) 497- 5507; www.nist.gov). Upon completion of any service, the contractor shall provide to the Government’s COR a written service report including all adjustments and repairs made on the equipment and calibration certifications as required. 3. PRINCIPAL PERIOD OF MAINTENANCE (PPM): PPM shall consist of 9-1/2 hours on weekdays, Monday thru Thursday, 0700 AM - 1630 PM; and 8-1/2 hours on Fridays, 0700 AM - 1530 PM. No hours on Saturday, Sunday, or Holidays. 4. PREVENTIVE MAINTENANCE (PM): The prices listed shall entitle the Government to one PM per year for each piece of Government owned laboratory equipment listed in the Schedule. Contractor personnel shall be experienced in operating, servicing and maintaining all of the equipment listed in the Schedule. PM shall be performed in accordance with the procedures outlined by the OEM and shall consist of all things necessary to reduce equipment down time including inspecting for damaged parts, cleaning, lubricating, adjustments, and adding or changing fluid when needed. After completion of services Contractor personnel shall be required to perform and provide documentation of all self -test procedures and operational checks to verify the equipment is fully operational and ready use. 5. Verification / CALIBRATION SERVICES: The Contractor shall verify calibration / calibrate (if needed) the equipment and accessories listed in the Schedule. The verification / calibration cycle for all of the equipment shall be a one-year interval and shall be performed in conjunction with a preventive maintenance visit. All equipment, procedures, and test materials used to perform calibration verification / calibration must be in complete compliance with the appropriate ASTM and NIST standards and include certifications traceable to NIST standards. Maintenance, Certification Verification / Calibration, and documentation shall also conform to any standards inclusive within these standards. Upon completion of services, the Contractor shall provide the Government a Certificate of Compliance and Calibration Certificate for each piece of equipment and accessory listed in the Schedule. A calibration verification sticker shall be applied to each item that is calibrated. As a minimum, the sticker shall include the date of calibration, due date for the next calibration, and the signature of the certifier. 6. EMERGENCY REPAIRS, PM & Cal: The Contractor shall be able to provide unlimited phone support and onsite emergency repairs (on a priority basis) for any inoperative equipment listed in the Schedule. The Contractor shall provide additional PM & Calibration upon request. Emergency repairs shall be performed during the PPM (ref. Par 3). The Contractor’s service technicians shall arrive at the Government installation within seventy-two (72) clock hours after notification that services are needed unless scheduled otherwise by the Contracting Officer. Repairs / replacement of accessories will be provided as needed. Accessories may be shipped to the designated OEM repair facility for evaluation and repair. All costs associated with emergency repairs, including travel, labor, repair parts, and mileage, shall be invoiced to the Government, and shall be consistent with the Contractor’s current published prices. Only new OEM repair parts or certified replacements of equal quality shall be used in repairing the equipment. Parts over $500 shall be approved by the Contracting Officer prior to purchase. All replaced parts shall become property of the Government. 7. INCENTIVES AND DECREMENTS: 7.1 ANAD shall maintain the right to review the PM, Calibration, Repair, and effectiveness of support services performed by the Contractor for this contract for conformance, quality and thoroughness. The Contractor shall be required to perform all of the services to the satisfaction of ANAD. 7.2 If the contractor meets or exceeds all criteria in this specification and Anniston Army Depot continues to have this mission, the option year will be exercised and a good past performance reference will be documented in the contract file. 7.3 If the contractor does not meet all criteria in the specification the Contractor will be notified and allowed to correct the discrepancy. A discrepancy will be noted in the contract file with the resolution. Discrepancies may result in the option year not being exercised. 7.4 The Contractor shall make every effort to make all repairs during the scheduled principal period of maintenance (PPM). There shall be no charges to the Government for additional services required within a 30 calendar days after a PM unless scheduled through the Contracting Officer Representative (COR) and approved by the Contracting Officer (CO) during the PM. 7.5 The technicians performing the services shall be competent. The Contractor shall be responsible for any damage to the equipment or accessories caused by the technician. The equipment shall be in good working order with verification of calibration after service. Failure to resolve any such issues may result in the loss of the contract and charges to the Contractor. 7.6 The Contractor shall make every effort to thoroughly repair the equipment. 8. ENVIRONMENTAL: The contractor will comply with all of the Environmental Protection Agency Laws and Regulations. Disposal of all wastes will be done by the proper method to comply with such laws and regulations. The Contractor shall not use any Ozone depleting substances (ODS). 9. CONTRACTOR’S POINT OF CONTACT: The Contractor shall provide the Government the name and telephone number of a designated POC and shall make arrangements that will enable service personnel to receive notifications of service requests. 10. TECHNICAL/CONTRACT LIAISON: The Contracting Officer Representative (COR) will be responsible for surveying all services of the Contractor. Communications or correspondence of contract matters including invoicing shall be between the Contractor and the Contracting Officer. 11. CONTRACTOR MANPOWER REPORTING REQUIREMENTS (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (see note below) (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, county, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment of contingency contract language; and (13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country). 11.1 Cost of CMR Reporting. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year (October through September) and must be reported by October 31 of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 12. PRICING OF THE COLLECTION AND REPORTING OF CONTRACTOR MANPOWER REPORTING DATA. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government Fiscal Year and must be reported by 31 October of each calendar year. Final payment may be withheld on this contract if the required data is not input into this collection site by 31 October (or end of contract if sooner). Notify the Contract Specialist listed on the contract award at block 24 when the information has been entered into the system. The Unit Identifier Code (UIC) for Anniston Army Depot is W0LXAA. SCHEDULE LABORATORY EQUIPMENT Calibration & PM 1 Visit Per Year Estimate 1 Emergency Repair Visit Per Year. Estimate 2 Accessory Repairs Per Year. Located in bldg. 128 Materials Lab: Tinius Olsen Universal Tester (120,000 Lb.), No. 208364 (ANAD F1700) Acessories: Tinius Olsen 1,200 lbf Load Cell No. 092343 Tinius Olsen 120 lbf Load Cell No. 136622 Tinius Olsen Extensometer Model - S-1000-2, Serial No. - 148796 Tinius Olsen Extensometer Model - SB-400, Serial No. - 155422 (ANAD G8114) Tinius Olsen Deflectometer No. 185974 (calibrated for both lengths) (ANAD K2873) Tinius Olsen Starrett Gauge on stand No. 165174 Tinius Olsen Charpy Impact Tester (300 Ft. Lb.), Serial No. 165248 (ANAD H8770) Located in bldg. 423: Tinious Olsen Spring Tester (20,000 Lb.), Serial No. 85877-2 (ANAD K0741) Tinious Olsen Spring Tester Serial No. 12955 with accessory (12,000 Lb.) load cell No. 750523 (ANAD 10553) The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns. Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort, 334519 Other Measuring and Controlling Device Manufacturing; Size Standard is 500 Employees. Please include your company's size classification and socio-economic status in any response to this notice. Responses to this notice must be submitted electronically to T. Morey Gaddy, troy.m.gaddy2.civ@mail.mil, (telephone inquiries will not be accepted or acknowledged). “CALIBRATION OF TINIUS OLSEN EQUIPMENT” must appear in the subject line of the email or it will be deleted and not read. Responses must be received no later than 1 March 2018 at 4:00 P.M. CST. Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the government’s Request for Information. Responses should include: 1. Prospective firm's name, address, phone number, socioeconomic status and DUNS number 2. General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value Responses should be "short and to-the-point." This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is under no obligation to issue a solicitation or to award a contract related to this project. NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY. This RFI will expire on 1 March 2018 at 4:00 P.M. CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d03f52a07fedd71e9813e1f968d69cc1)
- Record
- SN04825638-W 20180217/180215232429-d03f52a07fedd71e9813e1f968d69cc1 (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 |