SOLICITATION NOTICE
J -- Preventive & Remedial Maintanance Welding Equipment
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-T-0400
- Archive Date
- 10/9/2018
- Point of Contact
- Sherry L. Compton, Phone: 4438614832
- E-Mail Address
-
sherry.l.compton.civ@mail.mil
(sherry.l.compton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-T-0400 PREVENTIVE & REMEDIAL MAINTENANCE 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) 2005-95 (13 January 2017). The solicitation number for this request for proposal (RFP) is W91ZLK-18-T-0400. This requirement is under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the Small Business Size Standard $7.5M. This is a 100% Small Business set aside. The Government contemplates award of a Firm-Fixed Price purchase order in accordance with FAR 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services/materials. The contractor, as an independent party and not an agent of the government shall provide all labor, parts, materials, tools, and equipment to perform preventive maintenance and service repairs to government equipment as required above by the original manufacturer recommendations. All work is to be performed during normal working hours, Monday through Friday, 7:00 AM to 3:30 PM, excluding federal holidays, on days Edgewood Chemical Biological Center is open for business, unless agreed to otherwise by both parties. Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Technical Point of Contact (TPOC). 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 of welding equipment W91ZLK-18-T-0400 PRICE Proposal Volume II: Maintenance and repair of welding equipment W91ZLK-18-T-0400 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-T-0400 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, Preventive Maintenance and Repair Services in accordance with PWS : QTY: 1 Unit Cost: JOB FFP Item 0002: ACCOUNTING 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 performance work statement, 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: Preventive Maintenance and Repair Services in accordance with PWS QTY: 1 Unit Cost: JOB FFP Item 1002 ACCOUNTING 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 performance work statement, 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: Preventive Maintenance and Repair Services in accordance with PWS QTY: 1 Unit Cost: JOB FFP Item 2002: ACCOUNTING 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 performance work statement, 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. 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 perform preventive maintenance and service repairs to equipment specified in PWS by original manufacturer recommendations. 2. Certifications: Offerors shall provide confirmation that they possess American Welding Society (AWS) certified technicians that have been factory trained to perform all of the service and repair needs. 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. 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: (a) (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 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). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 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. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer via email no later than 12:00 p.m. EST, 4 September 2018. Please submit questions to Sherry Compton, via email at sherry.l.compton.civ@mail.mil. Firm Fixed Price (FFP) quotes must be signed, dated, and received by 12:00 p.m. EST, 24 September 2018. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED. Performance Work Statement APG-ECBC/ADM Maintenance of Electrical and Mechanical Shop Equipment Welding / Metalworking Scope of Work The Advanced Design & Manufacturing (ADM) Division is tasked to provide the Edgewood Chemical Biological Center (ECBC) and its customers with technical and manufacturing support for unique CB Defense items. ADM provides this support by maintaining a high readiness state with personnel and with a significant complement of design and manufacturing equipment. CONTRACT SECURITY CONCERNS: 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. MAINTENANCE REQUIREMENTS The contractor shall provide onsite at Aberdeen Proving Ground (APG) Edgewood Area unless otherwise authorized, all necessary maintenance, labor (including travel time), documentation, repair parts, maintenance supplies, any and all fluids, tools, test equipment, transportation and other related services at the prices shown in the schedule unless otherwise specified and shall keep the Government-owned equipment in good operating condition per OEM's standards. Principal Period of Maintenance Maintenance shall be performed within the Principal Period of Maintenance (PPM), 7:00AM to 3:30PM, Mondays through Fridays, excluding weekends and Federal holidays. Preventative Maintenance Preventative Maintenance, Repair Services, NIST calibration The contractor shall provide on-site preventive maintenance and repair service for all equipment specified in the Performance Work Statement. The timing will be scheduled by mutual agreement between the Government and the Contractor. Remedial Maintenance Remedial Maintenance: Contractor shall provide unlimited on-site visits for customer support when requested by the Contracting Officer's Representative (COR). Contractor shall perform remedial maintenance (repairs) after notification that equipment is inoperative. Machines 1. Dynasty 700, s/n 2J3501776. 2. Syncrowave 351, s/n KH427402. 3. Dynasty 350, s/n MD310388L 4. 350P, s/n LF071331. 5. Tote Weld Acetylene bottles, Oxygen bottle, Refill and Hydrostatic Test as needed. 6. Misc. gas accessories and gases (hoses, gages, torches, valves, safety curtains, etc. Including propane) Refill and Hydrostatic Test as needed 7. Dynasty 200, s/n MA240045 8. Spectrum 2050, s/n KK002209 9. Dynasty 700 s/n LJ3501766. 10. Soyer BMS-690 Stud Welding Machine S/N 06680 with Type PSI Stud Gun. 11. 350P, s/n MA110025B 12. Welder Miller Syncrowave 300-STK #902424-01-1 US Tag 06-07-015079, S/N JH246087. 13. Shielding and Cutting Gases. Cylinder Service. (Supply the cylinders, TriMix, that are needed for use of the laser cutting machine) 14. Safety equipment and accessories (Supply, when needed, any and all safety equipment that is needed for the gas cylinders and dewers) 15. Manifolds and gas handling equipment. (Support any current and future manifolds system that ADM has, along with the handling equipment need to handle the gas cylinders and dewers) 16. Welding hand tools, clamps, consumables, etc. Power tools and accessories and consumables, etc. Bevellers and carbide cutter blades. All misc. shop tools and equipment as needed. 17. Safety Equipment and accessories. (Supply, when requested, any safety equipment and accessories that is needed for the welding department. ie, gloves, grinding wheels, safety glasses, weld jackets, etc.) 18. PulseArcII 550 Power Source with wire dual feeders (This is a welding machine that requires PM service) 19. Miller Dynasty 700. (This is a welding machine that requires PM service) 20. Nitrogen Manifold (current system on our LVD laser cutting machine) 21. Argon Manifold 22. Oxygen Manifold (current system on our LVD laser cutting machine) 23. Welding Shielding Coverage Gases. (Supply the cylinders that are needed for use of the cutting and welding service at ADM has) 24. Cryogenic Supply pallets / manifolds and regulation systems. (current system on our LVD laser cutting machine, pallets are used to hold the Nitrogen and Oxygen dewers. Easy hookup to the manifold system) PM checks Maintenance & Inspection to include but not limited to (as required): 1) a) Inspection and Rebeding if necessary of softener tank b) Inspect, maintain and repair Softener Control System. c) Inspect and Replace UV anti-bacterial bulb (following UV bulb mfg. recommendations). d) Inspect and maintain charcoal filter. e) To include all necessary parts for maintenance of water system f) To include two preventative maintenance inspections per year. g) Standard and emergency maintenance to be performed on an as need basis. h) All upgrade or replacement parts to be provided under contract. 2) a) Standard and emergency maintenance to be performed on an as need basis b) Annual inspection of all hose, cables and electrical connections c) Annual Preventative Maintenance (PM) to be performed factory trained personnel. PM to include proper lubrication of all bearings and motors. Complete inspection and repair, if necessary of wear areas. d) Annual Programming Session (if required). Programming Session to included evaluation of existing system configuration and updating existing system to enhance mechanical performance. To provide training for all applicable APG personnel on any reprogramming modifications as deemed necessary e) All upgrade or replacement parts to be provided under contract. CONTRACTOR PERSONNEL a. All services under this contract are to be performed by competent personnel, experienced and highly qualified to provide required services in accordance with the original equipment manufacturers procedures, without unnecessary delays or interference with Government functions. b. Shall be American Welding Society (AWS) certified technicians that have been factory trained to perform all of the service and repair needs. SPARE PARTS All spare parts shall meet the original equipment manufacturer (OEM) specs. Upon the discretion of the COR, replacement parts over $50.00 shall be supported by a copy of the suppliers' invoice and submitted to the COR. Components at list price exceeding $500 shall not be replaced without prior written approval of the COR. The contractor shall prepare and maintain complete maintenance records on all equipment under the contract. The record shall be available for review by the COR during contract performance. The COR shall prepare a service report for each service call. This report shall include as a minimum: date, model and serial number of equipment, description of malfunction, tasks performed, and parts replaced signature of contractor and signature of COR. A copy of the report shall be provided to the COR after signatures are obtained. A copy of the report shall be provided to the Manufacturing Branch Chief for record keeping of service.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/abeb2337a7ca63beda77b540dfb3e5e7)
- Place of Performance
- Address: Edgewood Chemical Biological Center, Aberdeen Proving Ground, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN05054124-W 20180825/180823231905-abeb2337a7ca63beda77b540dfb3e5e7 (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 |