News

Water System Maintenance in accordance with the attached Performance Work Statement (PWS)

Type of document: Contract Notice
Country: United States

Water System Maintenance in accordance with the attached Performance Work Statement (PWS)

Agency:
Department of the Army

Official Address:
2800 POWDER MILL RD ADELPHI MD 20783-1197

Zip Code:
20783-1197

Contact:
Christine Chase, Contract Specialist, Phone 3013944012, Email christine.m.chase10.civ@mail.mil

Link:

Date Posted:
19/09/2017

Classification:
J

Contract Description:
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS

1. Class Code: J0

2. NAICS Code: 811310

3. Subject: Water System Maintenance in accordance with the attached Performance Work Statement (PWS).

4. Solicitation Number: W911QX-17-T-0271

5. Set-Aside Code: N/A

6. Response Date: Five (5) days from posting

7. Place of Delivery/Performance:
Aberdeen Proving Ground
321 Colleran Rd
Aberdeen Proving Ground, MD 21005-5066

8. (i) 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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is W911QX-17-T-0271. This acquisition is issued as an a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Effective 19 Jan 2017.

(iv) The associated NAICS code is 811310. The small business size standard is 7.5 million dollars.

(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): The Government requires Water System Maintenance in accordance with (vi):

Base Year
CLIN 0001: One (1) Job, Preventative Maintenance of Aberdeen Proving Ground (APG), MD Water System in accordance with the attached Performance Work Statement. Firm Fixed Price (FFP)
CLIN 0002: One (1) Job, Data in accordance with the attached Performance Work Statement section C.7 Firm Fixed Price (FFP)

CLIN 0003: One (1) Job, Contractor Manpower Reporting

Option Year One (1)
CLIN 0004: One (1) Job, Preventative Maintenance of Aberdeen Proving Ground (APG), MD Water System in accordance with the attached Performance Work Statement. Firm Fixed Price (FFP)

Option Year Two (2)
CLIN 0005: One (1) Job, Preventative Maintenance of Aberdeen Proving Ground (APG), MD Water System in accordance with the attached Performance Work Statement. Firm Fixed Price (FFP)

Option Year Three (3)
CLIN 0006: One (1) Job, Preventative Maintenance of Aberdeen Proving Ground Water (APG), MD System in accordance with the attached Performance Work Statement. Firm Fixed Price (FFP)

Option Year Four (4)
CLIN 0007: One (1) Job, Preventative Maintenance of Aberdeen Proving Ground (APG), MD Water System in accordance with the attached Performance Work Statement. Firm Fixed Price (FFP)

(vi) Description of requirements:

Performance Work Statement
Preventive Maintenance of De-Ionized Water System in
Rodman Research Laboratory
C.1 Background
Rodman Research Lab has a centrally located deionized water system. The system consists of a carbon water filter, water softener, reverse osmosis pump, six (6) mixed beds (MB), 36 mixed resin deionized (DI) water tanks, circulation pump, ultra violet disinfection lights and a 400 gallon storage tank. The water is treated and brought up to a purity of 18 meg ohms and circulated thru out the laboratory via a central distribution network of piping connected to approximately 90 water outlets. Water outlets would consist of spigot, hood and hand valve drops with barbed hose connections inside of 90 different labs.

C.2 Objective
The Contractor shall provide two (2) semiannual visits to the Rodman Research Lab located at Aberdeen Proving Ground, Md. 21005. Each preventive maintenance (PM) visit will consist of performing preventive maintenance to the system as defined in the requirements section of this Performance Work Statement (PWS).

C.3 Requirements
C.3.1 In performance of the below requirement, the Contractor shall provide six (6) MB 36 mixed resin tanks to be used throughout the life of this contract.

C.3.2 The Contractor shall provide two (2) semiannual preventive maintenance visits that will consist of the following in order to maintain a high quality of deionized water in the laboratory.

C.3.3 Visit #1

C.3.3.1 The Contractor shall replace the two (2) reverse osmosis .5 micron pre filters.

C.3.3.2 The Contractor shall replace the three (3) MB 36 mixed resin DI exchange Tanks. Location of the tanks will be the first three (3) tanks that are closest to the supply pipe that leads to the laboratories. They will then move those tanks to the back and push the remaining three (3) forward.

C.3.3.3 The Contractor shall replace the four (4) 0.2 micron final water filters

C.3.3.4 The Contractor shall disinfect the three (3) reverse osmosis membranes with a cold sterilant consisting of at least 20-24 percent (%) hydrogen peroxide, 4-6% Peracetic Acid, 8-10% Acetic Acid.

C.3.3.5 The Contractor shall provide a Reverse Osmosis (RO) disinfection report detailing the following:

C.3.3.5.1 Verify that cold sterilant has been introduced to the RO system and is reading at 1% or greater.

C.3.3.5.2 Verify that cold sterilant solution has dwelled for a minimum of 45 minutes.

C.3.3.5.3 Verify that cold sterilant solution has been flushed from RO system and that less than 1% residual exists in RO unit.
C.3.3.5.4 The Contractor shall ensure all documentation is delivered to the technical point of contact (TPOC) no later than (NLT) two (2) weeks after their visit.

C.3.3.6 The Contractor shall provide a Field generated report to the TPOC detailing current operation conditions of the following:

Raw incoming water analysis Inlet feed quality, hardness, iron level, potential of hydrogen (PH) level of inlet water, inlet chlorine level of water
Pretreatment Softener type and size, hardness in grains per gallon, carbon filter size, total chlorine level on leaving side of softener
Filtration and Housings Cartridge filter type and size, post filter type and size, vent filter type and size
Reverse Osmosis (RO) Unit RO type and model, check level control, inlet water pressure (PSI), RO pump pressure (PSI), RO membrane pressure (PSI), Concentrate Flow rate (GPM), Permeate flow rate (GPM), permeate quality, percent rejection of RO system.
Delivery System Pump Type, pump pressure, post valve pressure, loop return pressure
Polishing System System type, last preventive maintenance, final water quality reading (Meg Ohms)
Ultraviolet Unit Model, system operation, lamp replaced, quartz sleeve replaced, hour meter reading

C.3.3.6.1 The Contractor shall ensure all documentation is delivered to the TPOC NLT two (2) weeks after their visit.

C.3.4 Visit #2

C.3.4.1 The Contractor shall replace the two (2) RO .5 micron pre
Filters

C.3.4.2 The Contractor shall replace the three (3) MB 36 mixed resin DI exchange Tanks. Location of the tanks will be the first three (3) tanks that are closest to the supply pipe that leads to the laboratories. They will then move those tanks to the back and push the remaining three (3) forward.
C.3.4.3 The Contractor shall replace the four (4) 0.2 micron final water filters.

C.3.4.4 The Contractor shall disinfect the three (3) RO membranes with a cold sterilant consisting of at least 20-24% hydrogen peroxide, 4-6% Peracetic Acid, 8-10% Acetic Acid.

C.3.4.5 The Contractor shall replace the three (3) reverse osmosis membranes on the reverse osmosis system annually.

C.3.4.6 The Contractor shall replace the two (2) ultra violet bulbs annually.

C.3.4.7 The Contractor shall replace the two (2) ultra violet quartz Sleeves annually.

C.3.4.8 The Contractor shall rebuild the carbon and water softener valves annually.

C.3.4.9 The Contractor shall disinfect the entire de-ionized water system annually to include all piping, pumps, storage tank and filters with bleach that contains a minimum of 13% chlorine disinfectant. The Contractor shall perform random water tests at various outlets in the laboratory to ensure complete distribution of minimum 13% chlorine disinfectant to achieve a bacteria free system.

C.3.4.10 The Contractor shall conduct (10) randomly selected Heterotrophic total plate count bacteria tests with analysis by a certified independent laboratory taken a minimum of five (5) days after completion of annual maintenance.

C.3.4.10.1 The Contractor shall provide a copy of the written report to the TPOC NLT two (2) weeks after their visit.

C.3.4.11 The Contractor shall provide a reverse osmosis disinfection report detailing the following:

C.3.4.11.1 The Contractor shall verify that cold sterilant has been introduced to the RO system and is reading at 1% or greater.

C.3.4.11.2 The Contractor shall verify that cold sterilant solution has dwelled for a minimum of 45 minutes.

C.3.4.11.3 The Contractor shall verify that cold sterilant solution has been flushed from RO system and that less than 1% residual exists in RO unit

C.3.4.12 The Contractor shall provide a Field generated report to the TPOC detailing current operation conditions of the following:

Raw incoming water analysis Inlet feed quality, hardness, iron level, PH level of inlet water, inlet chlorine level of water
Pretreatment Softener type and size, hardness in grains per gallon, carbon filter size, total chlorine level on leaving side of softener
Filtration and Housings Cartridge filter type and size, post filter type and size, vent filter type and size
Reverse Osmosis (RO) Unit RO type and model, check level control, inlet water pressure (PSI), RO pump pressure (PSI), RO membrane pressure (PSI), Concentrate Flow rate (GPM), Permeate flow rate (GPM), permeate quality, percent rejection of RO system.
Delivery System Pump Type, pump pressure, post valve pressure, loop return pressure
Polishing System System type, last preventive maintenance, final water quality reading (Meg Ohms)
Ultraviolet Unit Model, system operation, lamp replaced, quartz sleeve replaced, hour meter reading

C.3.4.12.1 The Contractor shall ensure all documentation is delivered to the TPOC NLT two (2) weeks after their visit

C.3.5 Work Schedule: The Government shall set up an appointment with the Contractor for the maintenance to be performed. All work shall be accomplished during normal working hours. Normal working hours are from 0700 to 1630 hours Monday-Friday.

C.4 Conformance to Codes and Standards: The Contractor shall lock out/tag out in conformance with the Electronic Code of Federal Regulations (CFR) 1910.147.

C.5 Safety: All mechanical work shall be performed by a qualified installer and meet all building codes (TPOC will provide information on acceptable types of valves/piping/etc. at site visit if needed). The Contractor shall work in a safe manner and comply with all applicable provisions of the Occupational Safety and Health Administration (OSHA) standards. Where appropriate, the Contractor shall provide all necessary safety equipment including personal protective equipment for eyes, face, head and extremities.

C.6 Security: All Contractor employees performing work at this site must be United States citizens (dual citizenship is not accepted). The Contractor shall use standard visitor badge protocol. The Government will provide escort while contractor is on sight.

C.7 Deliverables: The Contractor shall submit all reports to the TPOC for inspection and acceptance. The Contractor shall provide all reports in accordance with the DD Form 1423, Contract Data Requirements List (Exhibit A, referenced in Section J of the contract) electronically unless otherwise directed by the COR.

PWS Reference Deliverables Due Date Contract Data Requirements List
C.3.3.5 and C.3.4.11 Reverse Osmosis (RO) Disinfection Report NLT two (2) weeks after visit A001
C.3.3.6 and C.3.4.12 Field Generated Report NLT two (2) weeks after each visit A002
C.3.4.10 Heterotrophic Total Plate Count Bacteria Tests Report NLT two (2) weeks after each visit A003

C.8 Anti-Terrorism/Operational Security (AT/OPSEC):

C.8.1 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.

C.8.2 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.9 Option Years:
C.9.1 OPTION YEAR ONE (1)
The Contractor shall provide two (2) semiannual visits to the Rodman Research Lab located at Aberdeen Proving Ground, Md. 21005. Each preventive maintenance (PM) visit will consist of performing preventive maintenance to the system as defined in the requirements section above of this Performance Work Statement (PWS).

C.9.2 OPTION YEAR TWO (2)
The Contractor shall provide two (2) semiannual visits to the Rodman Research Lab located at Aberdeen Proving Ground, Md. 21005. Each preventive maintenance (PM) visit will consist of performing preventive maintenance to the system as defined in the requirements section above of this Performance Work Statement (PWS).

C.9.3 OPTION YEAR THREE (3)
The Contractor shall provide two (2) semiannual visits to the Rodman Research Lab located at Aberdeen Proving Ground, Md. 21005. Each preventive maintenance (PM) visit will consist of performing preventive maintenance to the system as defined in the requirements section above of this Performance Work Statement (PWS).

C.9.4 OPTION YEAR FOUR (4)
The Contractor shall provide two (2) semiannual visits to the Rodman Research Lab located at Aberdeen Proving Ground, Md. 21005. Each preventive maintenance (PM) visit will consist of performing preventive maintenance to the system as defined in the requirements section above of this Performance Work Statement (PWS).

C.10 Distribution Statement

C.10.1 Determination of the PWS Document:
Distribution A: Approved for public release; distribution is unlimited.
C.10.2 Determination for information generated from the performance of the Contract:

Distribution C: Distribution authorized to U.S. Government Agencies and their contractors administrative or operational use (22 August 2017). Other requests for this document shall be referred to RDRL-LOA-I.

(vii) Delivery is period of performance with one (1) base period consisting of twelve (12) months and four (4) option periods consisting of twelve (12) months each. Reference paragraph 8(v) for contemplated contract line item CLIN structure and CLIN type.

(viii) The provision at 52.212-1, Instructions to Offerors тАУ Commercial, applies to this acquisition. The following addenda have been attached to this provision: None.

(ix) The provision at FAR 52.212-2, Evaluation тАУ Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.

The Contracting Officer determines that past performance need not be evaluated because the services being purchased are of a low complexity that past performance information would not make a substantial difference.

The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.

Price will be evaluated based on the total proposed price, including options, (if any).
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions тАУ Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders тАУ Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS (JULY 2013)

52.209-6 PROTECTING THE GOVERNMENTтАЩ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

52.222-3 CONVICT LABOR (JUN 2003)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)

52.222-26 EQUAL OPPORTUNITY (MAR 2007)

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACT REGISTRATION (JULY 2013)

52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

52.222-41 SERVICE CONTRACT ACT OF 1965 (MAY 2014)

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

52.222-55 MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014)

52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (E.O. 13706)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000 DISCLOSURE OF INFORMATION

252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

252.204-0007 Contract-wide: Sequential ACRN Order. (SEP 2009)

(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015)

252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION

252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)

252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014)

252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013)

252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011)

252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010)

252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)

252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013)

252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002)
Full Text Clauses

252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION

252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS

52.004-4409 ACC тАУ APG POINT OF CONTACT

52.004-4411 TECHNICAL POINT OF CONTACT

52.016-4407 TYPE OF CONTRACT (Reference: 52.216-1)

52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE

APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD)

52.032-4418 TAX EXEMPTION CERTIFICATE (ARL)

APG-ADL-H.5152.211-4401 RECEIVING ROOM REQUIREMENTS тАУ ALTERNATE I (APG)

COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS) (MAR 2017)

EXCEPTIONS OR CONDITIONS CONTAINED IN OFFERORтАЩS PROPOSAL

AWARD OF CONTRACT

APG-ADL-L.5152.215-4441 ADELPHI CONTRACTING DIVISION WEBSITE
PAYMENT TERMS

252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation

252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS

 

(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

(xv) The following notes apply to this announcement: None.

(xvi) Offers are due on five (5) days after posting by 11:59pm EST to crystal.l.demby.civ@mail.mil or Ashley.e.eaker2.ctr@mail.mil.

(xvii) For information regarding this solicitation, please contact Crystal Demby, 301-394-5332, crystal.l.demby.civ@mail.mil or Ashley Eaker, 301-394-4229, Ashley.e.eaker2.ctr@mail.mil.

 

Contracting Officer:

 

Response Date:
092417

Sol Number:
W911QX-17-T-0271

 

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