JL Shepherd 484R-2 Irradiator 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-0030. This requirement is under the associated North American Industry Classification System (NAICS) Code 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard of $20.5M. The Government contemplates award of a Firm-Fixed Price 100% Small Business Set Aside 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. Combat Capabilities Development Command Chemical Biological Center at Aberdeen Proving Ground requires a contractor to perform preventive maintenance and service repairs to two irradiators located at the Edgewood Area of Aberdeen Proving Ground. All work is to be performed during normal working hours, Monday through Friday, 8:00 AM to 4:00 PM EST, excluding federal holidays, on days Combat Capabilities Development Command Chemical Biological Center is open for business, unless agreed to otherwise by both parties. Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Technical Point of Contact (TPOC). 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: JL Shepherd 484R-2 Irradiator Maintenance W91ZLK-19-R-0030 PRICE Proposal Volume II: JL Shepherd 484R-2 Irradiator Maintenance W91ZLK-19-R-0030 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-19-R-0030 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: Base Year - To provide preventative maintenance on the following equipment: JL Shepherd 484R-2 (SN 7198) QTY: 1 Unit Cost: JOB CLIN 0002: Base Year - 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 performance work statement and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. CLIN 1001: Option Year 1 - To provide preventative maintenance on the following equipment: JL Shepherd 484R-2 (SN 7198) & (SN 7246) QTY: 1 Unit Cost: JOB FFP CLIN 1002: Option Year 1 - ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the performance work statement and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. CLIN 2001: Option Year 2 - To provide preventative maintenance on the following equipment: JL Shepherd 484R-2 (SN 7198) & (SN 7246) QTY: 1 Unit Cost: JOB FFP CLIN 2002: Option Year 2 - ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the performance work statement and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. CLIN 3001: Option Year 3 - To provide preventative maintenance on the following equipment: JL Shepherd 484R-2 (SN 7198) & (SN 7246) QTY: 1 Unit Cost: JOB FFP CLIN 3002: Option Year 3 - ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the performance work statement and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. CLIN 4001: Option Year 4 - To provide preventative maintenance on the following equipment: JL Shepherd 484R-2 (SN 7198) & (SN 7246) QTY: 1 Unit Cost: JOB FFP CLIN 4002: Option Year 4 - ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the performance work statement and 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 provide proof that they possess an NRC license or an Agreement State License with reciprocity to work on Federal property. The Offeror’s license must identify the specific isotope type (Cobalt 60) and state the vendor is authorized to perform preventative maintenance and routine repairs on the JL Shepherd 484 model irradiator. Offerors must also provide a valid Trustworthiness & Reliability Determination from the NCR in association with 10 CFR Part 37 and provide proof that they are not under any NRC Enforcement Orders. To be rated as acceptable, the offeror must provide the following: proof of NRC license or an Agreement State License (in order to work on Federal Property), and a valid Trustworthiness & Reliability Determination from NCR and proof they are not any NRC Enforcement Orders. 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. SUBMISSION PROCEDURES All questions must be submitted via email to Terrijuana.P.Veals.civ@mail.mil by April 16, 2019 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-19-R-0030 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 May 06, 2019 at 10:00 AM Eastern Time. All proposals 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. NO TELEPHONE REQUESTS WILL BE HONORED. Performance Work Statement Preventative Maintenance of Two JL Shepherd 484R-2 Irradiators 1. Introduction. The Government currently operates two JL Shepherd 484R-2 Irradiators at Aberdeen Proving Ground, Maryland. The irradiators are stored in a secure locations that requires two personnel to access. 2. Requirements. a. The contractor shall perform annual preventative maintenance on two JL Shepherd 484R-2 Irradiators. One irradiator (SN 7198) is located in Combat Capabilities Development Command Chemical Biological Center’s (CCDC-CBC) Chemical Transfer Facility (CTF) and the other irradiator (SN 7246) is located in CCDC-CBC’s Sample Receipt Facility (SRF). The preventative maintenance shall include: • Safety and Interlock Systems – all safety and interlock systems shall be tested for proper operation. Any problems shall be identified and corrected, as required, or recommendations will be made for necessary repair. • Electrical Systems – all electrical systems shall be tested for proper operation. Any problems shall be identified and corrected, as required, or recommendations will be made for necessary repair. • Mechanical Systems – mechanical systems shall be checked for proper operation and all components shall be checked for wear, breakage, or other malfunctions. All nuts, bolts, screw, etc. shall be tightened or replaced as necessary. • Radiological Evaluation – device shall have external radiation levels checked/surveyed. • General Appearance and Location – general check out shall be performed to establish overall appearance and efficiency. • Checkout Documentation – check out sheet shall provide a summary of the work done and recommendations for additional work, if necessary. • Wipe Test – perform a wipe test and maintain the results on file. • Source Operating Rod – in addition to the regular maintenance, determine if the source operating rod should be lubricated with dry graphite to keep it from sticking. • The contractor shall provide their own dosimetry badge to conduct the work. • The warranty for the preventative maintenance service is 30 days. The warranty for parts is from 90 days to 1 year, depending on the manufacturer. Detailed documentation shall be provided regarding the warranty on each part during the preventative maintenance service. b. The contractor shall perform the initial annual preventative maintenance no later than 29 July for each year. For the base award, only SN 7198 will require maintenance. Subsequent annual preventative maintenance visits, if exercised, will be for both units and will be coordinated with the Government as discussed below. The preventative maintenance service shall be performed within regular business hours. Business hours are 0800-1600, Monday through Friday, excluding federal holidays. The contractor shall coordinate with the technical point of contact (TPOC) at least 30 days prior to the preventative maintenance service. c. These irradiators are on federal property. Offerors must have an NRC license or an Agreement State License with reciprocity to work on Federal property. The Offeror’s license must identify the specific isotope type (Cobalt 60) and state the vendor is authorized to perform preventative maintenance and routine repairs on the JL Shepherd 484 model irradiator. Offerors must also provide with their bid a valid Trustworthiness & Reliability Determination from the NCR in association with 10 CFR Part 37. Additionally, Offerors must demonstrate they are not under any NRC Enforcement Orders. 3. Government Furnished Property or Assistance. N/A 4. Period of Performance. The period of performance for this effort shall be one (1) Base Year and four (4) one (1) year Option Years from the time of award. 4. Place of Performance. All requirements described above will be performed at sites on Aberdeen Proving Ground, MD. 5. Safety Considerations. The Contractor shall comply with 10 CFR Part 37, Physical Protection of Category 1 and Category 2 Quantities of Radioactive Material and shall coordinate all actions with the CCDC-CBC Radiation Safety Officer. 6. Security Considerations. Contractor personnel will be required to check in at security checkpoint of Aberdeen Proving Ground, Edgewood Area. Contractors shall provide photo ID, and be prepared to have their vehicles searched. Contractor personnel will be issued a Visitor’s Badge at the facility and be accompanied by a Government escort at all times. (The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor’s or Government facility or whether access to the RDECOM Local Area Network is required.) 7. 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 »