SOLICITATION NOTICE
J -- Instron Material Tester Calibration and Maintenance - QASP
- Notice Date
- 5/8/2018
- 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, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-18-R-0034
- Archive Date
- 6/23/2018
- Point of Contact
- Amy DuBree, Phone: 4438614743
- E-Mail Address
-
amy.c.dubree2.civ@mail.mil
(amy.c.dubree2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Surveillance Plan COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-R-0034 CALIBRATION AND MAINTENANCE ON INSTRON MATERIAL TESTER 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) 05-97. The solicitation number for this request for proposal (RFP) is W91ZLK-18-R-0034. 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 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 services/materials. The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to support the Edgewood Chemical Biological Center as defined in this Performance Work Statement (PWS). The services to be conducted by the contractor are to include on-site repairs, preventative maintenance (PM), and instrument calibration for equipment located at ECBC, Aberdeen Proving Ground - Edgewood Area. 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: Calibration and Maintenance W91ZLK-18-R-0034 PRICE Proposal Volume II: Calibration and Maintenance W91ZLK-18-R-0034 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-R-0034 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: BASE YEAR Item 0001: Calibration and Maintenance for Instron Material Tester QTY: 1 Unit Cost: JOB FFP Item 0002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB 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 OPTION YEAR ONE Item 1001: Calibration and Maintenance for Instron Material Tester. QTY: 1 Unit Cost: JOB FFP Item 1002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB 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 OPTION YEAR TWO Item 2001: Calibration and Maintenance for Instron Material Tester. QTY: 1 Unit Cost: JOB FFP Item 2002: ACOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB 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 shall be evaluated based on the following factors: 1. Schedule: The offeror's proposal shall demonstrate the ability to provide service IAW the schedule. To be rated as acceptable, the offeror must demonstrate the ability to comply with the maintenance and repair service schedule as described in the PWS. 2. Technical: The offeror's proposal shall adequately describe and present a clear understanding of the requirements specified in the PWS. To be rated as acceptable, the offeror must demonstrate the ability to provide maintenance and repair service according to the PWS. 3. Certifications: Offerors shall provide certifications and licenses for contractor personnel. To be rated as acceptable, the offeror must demonstrate they possess the required certifications and licenses to provide maintenance and repair service according to the PWS on INSTRON Material Testing instruments without risk of voiding or invalidating warranties. NOTE: Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable. 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). 52.222-3, 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). (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 by 18 May 2018, 3:00 p.m. EST. SUBJECT LINE: W91ZLK-18-R-0034 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 8 June 2018, 3:00 p.m. EDST via email to amy.c.dubree2.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STATEMENT INSTRON Yearly Calibration and Maintenance C.1 GENERAL: The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to support the Edgewood Chemical Biological Center as defined in this Performance Work Statement (PWS). The services to be conducted by the contractor are to include on-site repairs, preventative maintenance (PM), and instrument calibration for equipment located at ECBC, Aberdeen Proving Ground - Edgewood Area. C.1.1 SCOPE. This is non-personal services contract to provide yearly maintenance and calibration for the INSTRON material tester for the Standards that Test, Reliability & Evaluation Branch (TREB) uses to fulfill customer needs. This contract should be fulfilled by service technicians and engineers who are certified to work on INSTRON material testing machines. C.1.2 BACKGROUND. The Test, Reliability & Evaluation Branch is responsible for certifying collective and individual protective equipment to our warfighters. In order to support the mission, the laboratory requires the INSTRON material testing machine to be fully up to date with the latest software and to be operating in accordance with the original equipment manufacturers specifications without any delay in service in case of equipment malfunctions. This service contract shall ensure that maintenance and calibration of the INSTRON is up to date. C.1.3 PERIOD OF PERFORMANCE. The period of performance shall be from time of award twelve (12) months, two (2) optional twelve (2) month periods and a potential six (6) month extension period. C.1.4 PLACE OF PERFORMANCE. US Army ECBC, Building E 5165. C.1.5 HOURS OF NORMAL OPERATIONS. 700 - 1630, M-F C.1.6 PERSONNEL. The contractors selected to perform this service shall: C.1.6.1 Wear a company-provided picture badge. The picture badge shall contain the employee's name, company name, and a badge issue and expiration date. C.1.6.2 Government escort to facility. In order for contractors to be permitted on Aberdeen Proving Ground, a valid form of identification is required along with a valid vehicle registration. C.1.6.3 Safety and Health. The contractor shall not be required to inspect, repair or perform maintenance on systems or equipment that are contaminated or perform work under unsafe conditions. C.1.6.4 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule and reliability requirements. The Government will use the Quality Assurance Surveillance Plan provided as the basis for assessing the contractor's performance. C.1.7 SECURITY. All contractor and subcontractor employees with an area of performance within an Army controlled installation, facility, or area shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). Contractor and all associated subcontractors employees shall 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 Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) 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 Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Contractor and all associated subcontractor employees shall comply with adjudication standards and processes using the National Crime Information Center Interstate Identification Index (NCICIll) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/ facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.2.0 APPLICABLE DOCUMENTS AND AVAILABILITY: The INSTRON material tester is available to be serviced Monday - Friday between 700 - 1630 with the exception of Government observed holidays. American Society for Testing and Materials (ASTM) standard documents to include as reference: https://global.ihs.com/standards.cfm?publisher=ASTM&rid=Z56&mid=ASTM&utm_source=google&utm_medium=cpc&utm_campaign=engineering_standards&utm_content=ASTM&gclid=EAIaIQobChMI56z3gObk2gIVDgaGCh3ePg3wEAAYASAAEgJfMfD_BwE C.2.1 ASTM E4 C.2.2 ASTM E2309 C.2.3 ASTM E2658 C.2.4 E83 C.3 REQUIREMENTS: The Contractor shall provide all necessary resources and personnel in order to perform the following work on the INSTRON Material Tester - Machine Serial # 3366P7234: C.3.1 Preventative Maintenance and Instrument Service. The contractor shall perform yearly, on-site preventative maintenance and instrument service calibration for the equipment specified in this PWS. The timing will be scheduled by mutual agreement between the Government and the contractor. C.3.2 The contractor shall perform all maintenance and repairs necessary to keep the units described in the equipment list in original equipment manufacturers (OEM) operating condition, to ensure operation within the manufacturer's standard product specifications, in accordance with OEM service manuals. C.3.3 The contractor shall ensure that the INSTRON Material Tester will meet the following standards upon completion of any/all services or calibration: • 2530-416/40769 500 N Load Cell Force Verification 100-22K lb Ten & Comp (ASTM E4) • 2530-443/33215 10 Kn Load Cell Force Verification 100-22K lb Ten & Comp (ASTM E4) • 3366P7234 PM For EM Tabletop Models • 3366P7234 Speed & Displacement Verification (ASTM E2309, E2658) • 3366P7234 Speed & Displacement Verification Opposite Direction • 3366P7234 Verification Video or HRD Extensometer (ASTM E83) C.3.4 The contractor shall provide all necessary maintenance; labor, including travel time; repair parts; maintenance supplies; tools; test equipment; transportation; and documentation to include a log of work performed and results of performance checks. Maintenance services shall be performed in accordance with the OEM's guidelines. C.3.5 The contractor shall be trained and possess the licenses and certifications to perform the necessary tasks on the INSTRON Material Testing instrument without risk of voiding or invalidating warranties. C.3.6 The contractor's Field Service Engineer shall report to the Contracting Officer's Representative (COR) before and after service work is accomplished. The contractor shall prepare and maintain complete maintenance records on all equipment under the contract. These records shall be made available for review by the Government during contract performance. A copy of the service report and record of maintenance shall be provided to the COR after the signature is obtained from the technical point of contact on site and the contractor within five days of service. C.3.7 The contractor shall not exchange equipment without written consent of the COR. The Contracting Officer shall be notified when this service would affect a change in the equipment under contract. No work shall be performed that is outside of the scope of this contract. C.4 DELIVERABLES AND DELIVERY SCHEDULE Delivery: Servicing of the INSTRON Material Tester shall begin no longer than two weeks after the award of this contract and shall be performed annually up to a maximum of three years as per section C.1.3. The contractor shall perform all necessary services and calibrations so that the INSTRON material tester meets the Requirements in section C.3. C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES The Government will provide full access to the item specified on-site in order to fulfill the contract. C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide all facilities, equipment, automation systems, materials and services required for satisfaction of the contract terms. C.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Reference QASP document C.8 CONTRACTING OFFICER REPRESENTATIVE (S) (COR) C.8.1 COR. TBD C.9 NON-PERSONAL SERVICE STATEMENT 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. Contractor 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). C.10 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5263ae60b6ddc34f1b322ac2acf91c2b)
- Place of Performance
- Address: Aberdeen Proving Ground, APG, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN04914591-W 20180510/180508231036-5263ae60b6ddc34f1b322ac2acf91c2b (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 |