News

MAINTENANCE ON EDSTROM ANIMAL WATERING SYSTEM

Type of document: Contract Notice
Country: United States

MAINTENANCE ON EDSTROM ANIMAL WATERING SYSTEM

Agency:
Department of the Army

Official Address:
6565 Surveillance Loop
Building 6001
Aberdeen Proving Ground MD 21005-1846

Zip Code:
21005-1846

Contact:
Amy DuBree, Phone 4438614743, Email amy.c.dubree2.civ@mail.mil

Link:

Date Posted:
06/06/2018

Classification:
J

Contract Description:
COMBINED SYNOPSIS/SOLICITATION
W91ZLK-18-R-0038
MAINTENANCE ON EDSTROM ANIMAL WATERING SYSTEM

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) 05-98. The solicitation number for this request for proposal (RFP) is W91ZLK-18-R-0038.

This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision 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 Edstrom automatic watering system provides water to animals housed in the vivarium of the Army Public Health Center Toxicology Directorate. This system requires routine preventative maintenance in order to achieve maximum performance, meet life expectancy, and to provide water continuously to animals. The automatic watering system is critical to the operation and success of the animal care mission and, therefore, the contractor must be responsive to the governmentтАЩs needs. If the automatic watering system fails, proper care cannot be provided for the animals. Animals may die and critical scientific data based on the animals will be lost.

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) volumes:
Volume I: PRICE PROPOSAL, Preventative maintenance and support services for Edstrom Automatic Watering System

Volume II: TECHNICAL PROPOSAL, Preventative maintenance and support services for Edstrom Automatic Watering System

ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:
W91ZLK-18-R-0038 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: Base year, preventative maintenance and support services for Edstrom Automatic Watering System

QTY: 1 Unit of Issue: Job Total Cost: ________

Item 0002: ACOUNTING 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, preventative maintenance and support services for Edstrom Automatic Watering System

QTY: 1 Unit of Issue: Job Total Cost: ________

Item 1002: ACOUNTING 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, preventative maintenance and support services for Edstrom Automatic Watering System

QTY: 1 Unit of Issue: JOB Total Cost: ________
Item 2002: ACOUNTING 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. Schedule: The offerorтАЩs 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 preventative maintenance and repair service schedule as described in the PWS.

2. Technical: The offerorтАЩs 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 experience for contractor personnel. To be rated as acceptable, the offeror must demonstrate they possess the required certifications and experience to provide maintenance and repair service according to the PWS on the Edstrom Watering System without risk of voiding or invalidating warranties.

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 тАФ 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 тАФ 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: :
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 GovernmentтАЩs 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.тАЩs, 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, Non-displacement 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, Non-displacement 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 EquipmentтАУRequirements (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 ServicesтАУRequirements (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 JUN 2018, 10:00 a.m. EST. SUBJECT LINE: W91ZLK-18-R-0038 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO.
NO TELEPHONE INQUIRIES WILL BE HONORED.
Quotations must be signed, dated, and received by 9 JULY 2018, 3:00 p.m. EST via email to amy.c.dubree2.civ@mail.mil.
NO TELEPHONE INQUIRIES WILL BE HONORED

Army Public Health Center (APHC)
Quality Surveillance and Regulatory Compliance (QSARC) Office
Performance Work Statement: Preventative Maintenance and Service Support for Automatic Watering System

1. This Performance Work Statement (PWS) describes the product and the criteria that must be addressed in performing the work described herein. This work involves the preventative maintenance and service support for the automatic watering system that is in place both in Aberdeen Proving Ground, Edgewood Area buildings E2100 and E2101.
2. Background: The Edstrom automatic watering system provides water to animals housed in the vivarium of the Army Public Health Center Toxicology Directorate. This system requires routine preventative maintenance in order to achieve maximum performance, meet life expectancy, and to provide water continuously to animals. The automatic watering system is critical to the operation and success of the animal care mission and, therefore, the contractor must be responsive to the governmentтАЩs needs. If the automatic watering system fails, we cannot provide proper care for animals. Animals may die and critical scientific data based on the animals will be lost.

3. Requirements.

General.

a. The contractor shall conduct one preventative maintenance visit within 90 days of contract award for the Edstrom automatic watering systems model # 8550 and all of the associated components currently in place in Buildings E2100 and E2101 that provides drinking water to animals housed in these buildings.

b. During the preventative maintenance visit, the contractor shall verify, calibrate, and adjust the automatic watering system to manufacturer specifications. A service report will be provided at the end of the preventative maintenance visit that details what work was performed during the visit.

c. Contractor shall give 48 hoursтАЩ notice for scheduling routine maintenance.

d. During the preventative maintenance visit, the contractor shall assess the system and all parts for needed repair and/or replacement due wear or defectiveness that have occurred as a result of normal use and conditions. A report shall be provided at the end of the preventive maintenance visit that details any recommended repairs, replacement parts, or additional services and the estimated costs.

e. No work shall be performed at any additional costs to the government without first receiving authorization from the governmentтАЩs Contracting Officer Representative (COR).

f. Shipping of parts shall be included in the price of this contract.

g. Repairs that are conducted by the contractor shall come with warranty of at least 30 calendar days. If the repair fails or is again required within that 30 calendar day period, the contractor shall repeat the work at no additional cost to the government.

h. Technical support from the contractor shall be available 24 hours/day and 7 days/week and shall be provided at no additional cost to the government for one full year. After hours and on weekends, the contractor will respond with a phone call within 30 minutes.

i. Contractor shall respond and provide on-site technician within 24 hours of any emergency service calls that require on-site follow-up.

j. The government will provide access to all parts of the automatic watering system during regular business hours (0800 to 1700 Monday to Friday). Any access required outside routine duty hours must be coordinated with and agreed upon by the COR before service is begun.

k. The contractor shall provide training to APHC during the preventive maintenance visit on how to respond to alarms and use the control panels.

Equipment:

The 4 main components of the Edstrom Water System that are maintained are as follows:
1 ea тАУ AWSC тАУ Automated Water System Controller
2 ea тАУ PRS-7550 тАУ Pressure Reducing Station
1 ea тАУ PRS-8550 тАУ Pressure Reducing Station

Anti-Terrorism and Operational Security (AT/OPSEC):

1- AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 05 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website:
2- Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors 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
3- For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) 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.

If any portion of this contract support will be subcontracted, the subcontractor must meet all of the above criteria and be identified with the submission of the bid package. This subcontractor will be evaluated prior to contract award. This includes the requirement to submit 3 references.

Personnel Certification/Qualifications.

The contractor shall provide technicians who have received documented training by Edstrom to service the Edstrom watering system to include the watering control panels, pressure reducing stations, and room distribution systems. The technicians shall be trained and certified by Edstrom to conduct maintenance, service, and provide overview to USAPHC staff on the equipment. Technicians shall have experience servicing the type of Edstrom Automatic Watering System currently in use at APHC or be directly supervised by someone with experience. The government will provide the COR or his/her representative to be on-site and immediately available when the contractor has a technician on-site. The government will not provide any physical assistance in the provision of this contract.

DOCUMENTATION: All documentation, schematics, hardware, and software manuals, diagnostic routines, and any other items required by the contractor to perform the routine maintenance or service calls shall be furnished by the contractor and labeled as contractor property. The government will not be required to aid in the acquisition of any documentation necessary to perform the duties of this contract.

Equipment Maintenance Requirements Additional Information:
(1) The government and the contractorтАЩs service representative will exchange hazard communication information before the commencement of any repair.
(2) When required, the contractorтАЩs service representative will comply with the Office of Safety and Health Administration lockout/tag-out standards while performing maintenance on equipment.
(3) Upon completion of services by the contractorтАЩs service representative, a written service report shall be provided to the COR or maintenance manager. The service report shall provide detailed information regarding the cause of the equipment malfunction and corrective action taken. Include, at a minimum, the time required to complete the work, and a list of parts replaced with part numbers and prices for each part.
(4) In the event all information is not available to the contractorтАЩs service representative when services are performed, the initial service report shall include all available information. The contractor shall provide the balance of the required information to the COR or maintenance manager no later than 10 days after services are completed.
(5) After performing Calibration/Verification/Certification services, the contractorтАЩs service representative will affix and/or update DD Form 2163 (Medical Equipment Verification/Certification). The contractor shall complete DD Form 2163 in accordance with the instructions provided in TB 38-750-2, or by the maintenance activityтАЩs internal SOP.
(6) ContractorтАЩs service representative will be factory trained and have a minimum of two years of experience working on the contracted equipment.
(7) Contractor must furnish all software upgrades issued by the equipment manufacturer.
(8) Contractor shall have access to all necessary diagnostic software (if applicable).
(9) Contractor shall use only new or OEM refurbished repair parts.
(10) Required forms and extracts from pertinent directives will be furnished to the contractorтАЩs service representative by the government.тАЭ
Medical maintenance support missions will be accomplished with applicable standards pertaining to the maintenance of medical equipment including but not limited to:
(1) Documenting maintenance of radiation emitting equipment in accordance with 21 CFR and TB MED 521.
(2) Maintaining a safe environment of care for the patient and staff in accordance with 29 CFR.
(3) Performing electrical safety in accordance with National Fire Protection Association 99.
(4) Ensuring preventive life safety measures are considered as outlined in National Fire Protection Association 101.
(5) Managing medical equipment program in accordance with TB MED 750-2, FM 4-02.1 and FM 5-424.

Each item of medical equipment will be tested for serviceability and electrical safety prior to initial use, and at least annually or more frequently if recommended by the manufacturersтАЩ guidelines. Test results which measure technical specifications will be documented.

 

 

Response Date:
070918

Sol Number:
W91ZLK-18-R-0038

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy