Unhotlz-Dickie Vibration Tables Maintenance
COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included... COMBINED SYNOPSIS/SOLICITATION 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-19-R-0024. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance. 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 Thursday, 7:00 AM to 4:30 PM EST, 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). This requirement is for the purchase of maintenance on two Unhotlz-Dickie Vibration Tables (System #1: SALL90-T1000, serial number 289 and System #2: SALL140-T2000, serial number 693) in accordance with the following checklist: 1. Remove shaker cover and inspect upper suspension components. Replace as needed. 2. Check tightness of all accessible electrical connections 3. Check all fuses in amplifier 4. Replace de-ionizer cartridge and particle filter cartridge in heat exchanger 5. Check heat exchanger and all hose fittings for leaks, repair as needed. 6. Replace slip table oil pump filter element 7. Check and drain any water in slip table oil – water separator. 8. Clean all optical sensors in shaker 9. Check and add de-ionized water to heat exchanger reservoir as needed. 10. Check and add Torcula 320 slip table oil to oil pump as needed. 11. Operate each system with a sine sweep from 10 to 2,500 Hz @ 2 g’s and plot bare table response. Contractor shall provide replacement parts to include 4 shear mounts for each table, 4 damped EPRA, 8 flexures, 5 ball bearing with retaining rings, 4 bushing posts, 4 air mounts and 1 diaphragm. Report detailing all activities and inspection results shall be provided within 60 days of maintenance being performed. 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: Unhotlz-Dickie Vibration Tables Maintenance W91ZLK-19-R-0024 PRICE Proposal Volume II: Unhotlz-Dickie Vibration Tables Maintenance W91ZLK-19-R-0024 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-19-R-0024 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: CLIN 0001: To provide maintenance services on the following equipment: Unhotlz-Dickie Vibration Tables (System #1: SALL90-T1000, serial number 289 and System #2: SALL140-T2000, serial number 693) QTY: 1 Unit Cost: JOB CLIN 0002: ACCOUNTING FOR CONTRACT SERVICES FFP 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 contract and the 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 Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the PWS. To be rated as acceptable, the offeror must demonstrate the ability to provide maintenance to provide the maintenance and repair service according to the PWS. 2. Experience: Contractor shall have a minimum of 3 years prior experience working on Unholtz Dickie vibration tables. Contractor must be able to operate and service equipment without aid from government personnel. NOTE: Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3, Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4, Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (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, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. All questions must be submitted via email to Terrijuana.P.Veals.civ@mail.mil by April 12, 2019 by 10:00 a.m. Eastern Time. SUBJECT LINE: W91ZLK-19-R-0024 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. Firm Fixed Price (FFP) quotes must be signed, dated, and received by April 16, 2019 at 10:00 AM Eastern Time. NO PHONE CALLS WILL BE ACCEPTED. 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. Performance Work Statement Preventative Maintenance of the Unhotlz-Dickie Vibration Tables C.1 GENERAL: The objective of this contract is to provide routine preventative maintenance support on the Unholtz-Dickie Vibration tables. The contract also includes the procurement of spare parts to be replaced if necessary. C.1.1 SCOPE. This is non-personal services contract to provide repair and inspection of The Test Reliability & Evaluation Branch performs a variety of environmental exposure tests (TREB) Unholtz-Dickie vibration tables, including system subcomponents. The Government may witness the preventative maintenance being performed. C.1.2 BACKGROUND. TREB performs a variety of environmental exposure tests. Part of this capability includes vibration testing that can be conducted on full systems, as well as system components and includes such items with capabilities in chemical protection, decontamination and detection. The vibration tables are used for standards such as ASTM-D4169 and MIL-STD-810. The SALL90-T1000 and SALL140-T2000 are the two shaker tables that allow TREB to complete their mission. They were manufactured by UD and UD retains the necessary expertise to maintain these tables. C.1.3 PERIOD OF PERFORMANCE. The period of performance shall be performed within 60 days of contract award. C.1.4 PLACE OF PERFORMANCE. E-3552 Aberdeen Proving Ground Edgewood Area C.1.5 HOURS OF NORMAL OPERATIONS. 0700-1630 Monday - Thursday C.1.6 PERSONNEL: Contractor shall have prior experience working on Unholtz Dickie vibration tables. Contractor must be able to operate and service equipment without aid from government personnel. C.1.7 SAFETY. Safety shoes are required at all times. Safety eyewear and hearing protection are required during table operation. C.1.8 SECURITY. Contractor is required to sign in at the visitor center before proceeding on post. Contractor will report to E-5165 to sign in to be escorted to E-3552. The contractor shall be escorted at all times while on the installation. The contractor shall have no access to government information systems or classified information. Access and general protection/security policy and procedures. For contractors that do not required CAC, but require access to a DoD facility or installation. The expected completion of the contracted tasked is two-three business days. Due to this short period of performance, it is recommended no OPSEC training is required. C.2 REQUIREMENTS: The Contractor shall perform preventative maintenance on the two TREB vibration tables in accordance with the below checklist: Preventive Maintenance: The contractor shall provide the following preventive maintenance on System #1: SALL90-T1000, serial number 289 and System #2: SALL140-T2000, serial number 693. 1. Remove shaker cover and inspect upper suspension components. Replace as needed. 2. Check tightness of all accessible electrical connections 3. Check all fuses in amplifier 4. Replace de-ionizer cartridge and particle filter cartridge in heat exchanger 5. Check heat exchanger and all hose fittings for leaks, repair as needed. 6. Replace slip table oil pump filter element 7. Check and drain any water in slip table oil – water separator. 8. Clean all optical sensors in shaker 9. Check and add de-ionized water to heat exchanger reservoir as needed. 10. Check and add Torcula 320 slip table oil to oil pump as needed. 11. Operate each system with a sine sweep from 10 to 2,500 Hz @ 2 g’s and plot bare table response. Contractor shall provide replacement parts to include 4 shear mounts for each table, 4 damped EPRA, 8 flexures, 5 ball bearing with retaining rings, 4 bushing posts, 4 air mounts and 1 diaphragm. Report detailing all activities and inspection results shall be provided within 60 days of maintenance being performed. C.3 DELIVERABLES AND DELIVERY SCHEDULE Terms: Service shall be performed within 60 days of contract acceptance. C.4 CONTRACTOR-FURNISHED FACILITIES, EQUIPMENT, AUTOMATION SYSTEMS, MATERIAL AND SERVICES The contractor shall provide all facilities, equipment, automation systems, materials and services required for satisfaction of the contract terms. C.5 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.6 CONTRACTOR MANPOWER REPORTING (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »