News

Maintenance on O.I. Analytical Cyanide Analyzer

Type of document: Contract Notice
Country: United States

Maintenance on O.I. Analytical Cyanide Analyzer

Agency:
Department of the Army

Official Address:
6001 COMBAT DR ABER PROV GRD MD 21005-1846

Zip Code:
21005-1846

Contact:
Sandra J. Kennedy, Phone 4438614740, Email sandra.j.kennedy14.civ@mail.mil

Link:

Date Posted:
07/08/2017

Classification:
J

Contract Description:
This is a 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) 2005-72. The solicitation number for this requirement is W91ZLK-17-T-0177. This requirement is being solicited as unrestricted. The associated North American Industry Classification System (NAICS) Code is 811219, the Small Business Size Standard is $20,500,000.00. The Government intends to award a Firm-Fixed Price purchase order.
This procurement will be evaluated as lowest price technically acceptable and in accordance with the Performance Work Statement (PWS) shown below.

Performance Work Statement
Cyanide Analyzer Equipment Maintenance Contract

C.1 GENERAL: The objective of this contract is to provide yearly full-service preventative maintenance support, unlimited on-site repairs, software upgrades, online technical support, and telephone assistance to resolve technical problems. The instrument list is shown within this PWS.
C.1.1 SCOPE. This is non-personal services contract to provide the maintenance services for O.I. Equipment at the U.S. Army Public Health Center (APHC). Maintenance support includes 2 PM (Preventative Maintenance) visits per year, up to 2 EOS (Emergency On-Site) visits per year and Rental coverage as required.
C.1.2 BACKGROUND. APHCтАЩs mission is to enhance Army readiness by identifying and assessing current and emerging health threats; developing and communicating public health solutions; and assuring the quality and effectiveness of the ArmyтАЩs Public Health Enterprise. The APHC requires immediate support for equipment maintenance to ensure the ability to support the mission.
C.1.3 PERIOD OF PERFORMANCE. The period of performance shall be from time of award twelve (12) months, two (2) optional twelve (12) month periods.
C.1.4 PLACE OF PERFORMANCE. At U.S. Army Public Health Center on Aberdeen Proving Ground Building E2100, Edgewood, MD 21010.
C.1.5 HOURS OF NORMAL OPERATIONS. Repairs must be completed during normal duty hours (0800 тАУ 1600) Monday through Friday. Work outside normal duty hours must be coordinated through the government COR prior to performing to performing the work.
C.1.6 PERSONNEL.
All services under this contract shall be performed by competent personnel, experienced and qualified to provide the required services in accordance with the requirements of UFC 4-860-03, without unnecessary delays or interference with government mission.
All contract personnel providing this support must be trained and certified by O.I. Analytical to maintain this equipment prior to contract award. Proof of this training and certification must be provided to the government prior to contract award. Vendor must also demonstrate 1 year of experience with the specified make and model of the equipment listed under this contract. Loss of this certification by the vendor may result in termination of the contract.
C.1.6.1 Maintenance / Repair Personnel
C.1.6.2 Hazardous Conditions. Contractor personnel may be exposed high noise levels (impulse and steady state).
C.1.6.3 Program Management and Key Personnel. N/A
C.1.6.4 Personal Protective Equipment (PPE). The Contractor shall provide contractor personnel with all necessary PPE. All contractor personnel shall wear appropriate PPE when performing M&R activities. Failure to wear/use PPE may cause removal from the job site and/or seizure of non-compliant equipment/items.
C.1.7 SAFETY. The Contractor must follow all applicable safety standards as established by OSHA and Good Laboratory Practices.
C.1.8 SECURITY. All contract employees entering building E2100 MUST enter at the front desk area and contact the COR prior to beginning any work. Contractor will be checked into the building and issued a service ticket by the COR or designee before beginning work in the building. The technician must have an escort at all times while in the building. Upon completion of the work for the day, the contractor must return to the receptionist or COR to sign out of the building. If the work is complete, the COR or designee will release the service ticket. If the contractor must return to complete the work, the service ticket will be re-issued upon return to building E2100. Once the work is complete, the contractor must follow-up with a service report to the COR that details the service performed on the instrument to include the type of service requested and the corrective action taken within 7 days of completion of the work requested.
C.2.0 APPLICABLE DOCUMENTS AND AVAILABILITY:
C.3.1 REQUIREMENTS:
The Contractor shall provide repair of the following equipment:
Model Serial Number
Module-FIA/HTR FS3100 635834064
ASSY-CHASIS FS3100 614831494
Detector- P/I Amp 513867072
Sampler Module 3090 90POS XYZ 050606A130
C.3.2 ON-SITE REPAIRS: The vendor will be onsite within 3 business days of receipt of the service call being placed by the government COR or designee. Vendor MUST obtain a service ticket upon arrival at the facility before initiating any work. This is the authorization that the work has been approved by the COR or designee.
C.3.3 OFF-SITE REPAIRS: Any service evaluation where it is determined that an adequate repair cannot be completed onsite, an option to perform the service off-site may be available but must be coordinated and approved by the government COR. This will be documented on the service ticket and the contractorтАЩs field service report. Vendor shall pay for all shipping costs to ship the equipment to the repair facility and return to the government after repair is complete.
C.3.4 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.
C.3.5 PREVENTIVE MAINTENANCE CALLS: Service technicians are required to perform a comprehensive preventive maintenance service on each piece of equipment in this contract at least annually. Maintenance performed must follow the manufacturerтАЩs recommended guidance and ensure each systemтАЩs operations meet manufacturer specification standards. Any issues identified during this PM visit may be scheduled for service with the COR or designee at a follow-up visit.
C.4 DELIVERABLES AND DELIVERY SCHEDULE
C.4.1 RESPONSE TIME тАУ calculated as the time between the initial contact by the Government COR or Designee and the confirmation call/email from the vendor. Acceptable response time for this contract is within 1 business day.
C.4.2 EQUIPMENT DOWNTIME- Downtime for an instrument is measured as the interval between the time the government makes an attempt to contact the vendor for service and the time the equipment is accepted by the government as being in good operating condition. Travel time for the vendor is included in calculating total downtime. All service calls must be resolved within 14 calendar days of the service call being placed by the government COR or designee. Exceptions will be managed by a COR on a case by case basis. Exceeding this time requirement may be considered as sufficient cause for termination of this contract, unless the government has delayed this service and it is documented with the government COR.
C.5 GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIALS AND SERVICES тАУ N/A
C.6 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide all equipment, materials and services required for satisfaction of the contract terms.
C.7 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
Attached exhibit added as a separate 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 OfficerтАЩs 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:
C.11 Anti-Terrorism and Operational Security (AT/OPSEC) тАУ
C.11.1 AT Level I Training: 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:
C.11.2 Access and general protection/security policy and procedures.. 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.
C.11.3 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.
C.12 Maintenance Program Requirements:
C.12.1 For Repair and Return. тАЬUpon completion of services, a written service report shall accompany the equipment being returned. 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, price of labor (hourly rate), and a list of parts replaced with prices for each part.тАЭ
C.12.2 For On-site Repairs:
C.12.2.1 Contracted services are to be performed during the Contract defined Period of Performance. Contractor is required to respond within (state hours/days) (during normal duty hours) (after duty hours/weekends/holidays).тАЭ
C.12.2.2 ContractorтАЩs service representative shall report in person or telephonically notify the Contracting OfficerтАЩs Representative or Maintenance Manager, Telephone No. 410-417-3746, prior to commencing services during normal duty operating hours (0800 тАУ 1630).

C.12.3 The government and the contractorтАЩs service representative will exchange hazard communication information before the commencement of any repair.
C.12.4 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.
C.12.5 Upon completion of services by the contractorтАЩs service representative, a written service report shall be provided to the 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, price of labor (hourly rate), and a list of parts replaced with part numbers and prices for each part.
C.12.6 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 maintenance manager no later than 10 days after services are completed.
C.12.7 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.
C.12.8 ContractorтАЩs service representative will be factory trained and have a minimum of two years of experience working on the contracted equipment.
C.12.9 Contractor must furnish all software upgrades issued by the equipment manufacturer.

C.12.10 Contractor shall have access to all necessary diagnostic software (if applicable).
C.12.11 Contractor shall use only new or OEM refurbished repair parts.
C.12.12 Required forms and extracts from pertinent directives will be furnished to the contractorтАЩs service representative by the government.
If the contractorтАЩs calibration equipment produces a printed summary of the calibration procedure used, attach the printed summary to the DD Form 2164. Ensure that the heading of the DD Form 2164 is filled out and that the form is properly signed.
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. (as applicable)
(2) Performing electrical safety in accordance with National Fire Protection Association 99.
(3) Ensuring preventive life safety measures are considered as outlined in National Fire Protection Association 101.
(4) 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 in accordance with TB MED 750-2.

ISTRUCTIONS to OFFERORS:

*****IT IS IMPORTANT TO READ THE ENTIRE SUBMISSION INSTRUCTIONS*********

Bids are to be submitted in the following format:

CLIN 0001: $_________ Preventative Maintenance, Repair and Calibration as per PWS.. Period of Performance (PoP) will be for one year from date of award or as stated within the purchase order.

CLIN 0002: $ Not separately priced тАУ Base Year Contractor Manpower Reporting Application
Accounting for Contract Services
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. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter -No Cost. This applies to CLINs 0002, 1002, and 2002.

CLIN 1001 : $_________ Preventative Maintenance, Repair and Calibration as per PWS, Option year one (1)

CLIN 1002 $ Not separately priced тАУ Option Year One Contractor Manpower Reporting Application
Accounting for Contract Services

CLIN 2001 : $_________ Preventative Maintenance, Repair and Calibration as per PWS., Option year two (2)

CLIN 2002 $ Not separately priced тАУ Option year Two Contractor Manpower Reporting Application
Accounting for Contract Services

The following provisions and clauses will be incorporated by reference:

52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). 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.
252.212-7000, Offeror Representations and Certifications Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items and Addendum
52.217-5 Evaluation of Options
Except when it is determined in accordance with FAR 17.206(b) not to be in the GovernmentтАЩs best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
52.223-11 Ozone Depleting Substances
52.247-34 FOB Destination
252-211-7003 Item Identification and Valuation
52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10
U.S .C.2402)
52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition
52.219-8, Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled
Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR
clauses cited in the clause are applicable:
252.203-3 Gratuities
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7012 Preference for Certain Domestic Commodities
252.225-7015 Preference of Domestic Hand and Measuring Tools
252.225-7021 Trade Agreements
252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate
252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program
252.227-7015 Technical Data- Commercial Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.243-7002 Requests for Equitable Adjustment
EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG
5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
The full text of FAR and DFAR references may be accessed electronically at this address:
AMC-LEVEL PROTEST PROGRAM (Aug 2012)
ACC-APG 5152.233-4900
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: amcprotests@conus.army.mil

The AMC-Level Protest Procedures are accessible via the Internet at:
www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer
or HQ, AMC, to obtain the AMC-Level Protest Procedures.

ADDITIONAL INFORMATION AND SUBMISSION PROCEDURES:

1) Acceptance shall be at destination.
2) Shipping shall be FOB Destination to Aberdeen Proving Ground, MD.
3) Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens.
4) Provide the following detailed information with the quote:
a. Point of contact name and complete contact information
b. CAGE code
c. DUNS number
d. TIN
e. Proof of factory trained service technicians (training certificates)
5) Quotes are to be submitted in the format stated within this solicitation.
6) All questions must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 27 Jul 2017 at 12:00 p.m, Eastern time.
7) All Quotations must be signed, dated, and submitted in the format stated via email to sandra.j.kennedy14.civ@mail.mil by 7 Aug 2017 at 12:00 p.m. Eastern Time. Place the solicitation number within the subject line of the email.   UPDATED TO RESPOND BY 8 AUG 2017, 3:00 pm EASTERN TIME. 
8) Partial quotes will not be evaluated by the Government.
9) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2.
10) All quotations from responsible sources will be fully considered.
11) Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to bid submission will not be considered. Vendors may register with SAM online at the website link provided.
12) The solicitation number must be listed on the subject line of all communications.

*********TELEPHONE REQUESTS WILL NOT BE HONORED**********************

Response Date:
080817

Sol Number:
W91ZLK-17-T-0177

 

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