United States - Environmental Lab Materials and Repair

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 May 2019
Opportunity publication date
23 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 22, 2019 11:24 am

This is a combined synopsis/solicitation for a commercial item 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; a written solicitation will not be issued.

Solicitation No. W15QKN-19-R-0092 is issued as a request for proposal (RFP) and the solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-01. This requirement has been 100% set-aside for small businesses under NAICS code 334513 with a small business size standard of 750 employees.

The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) firm-fixed-price (FFP) purchase order, on a competitive basis, to provide materials and repair services for environmental laboratory test equipment, in accordance with the following Performance Work Statement (PWS) requirements:

Background: The Quality Engineering & System Assurance (QESA) Center of the U.S. Army (formerly ARDEC) located at Picatinny Arsenal, NJ, develops processes for life-cycle quality and system assurance programs required for the research, development, production, field support and demilitarization of ammunition, weapons, fire control and associated items. In order to continue the mission, QESA Center requires service and repair for laboratory test equipment.

1.0 Scope
1.1 This effort is UNCLASSIFIED.
1.2 Place of performance: Environmental Test Laboratory, Picatinny Arsenal, NJ 07806
1.3 Period of performance: twelve (12) months from initial date.
1.4 The contractor will provide materials and repair service for environmental laboratory test equipment located at Combat Capabilities Development Command (CCDC) Armament Center. The lab equipment is used to provide temperature-humidity and physical conditioning of CCDC ARMAMENT CENTER/Army materiel generally in the range of -100 degrees F to +200 degrees F.

1.5 The following is laboratory equipment that shall be repaired/installed/maintained under this call order.

1.5.1 Webber Altitude Chamber: repair refrigeration system.
1.5.2 Install seven (7) Electric Elements: 2022K53 elements and required mounts, hardware, wire, and controls.
1.5.3 Build 150 Cu Ft Portable Environmental Tent to fit MB 340 Electrodynamic Shaker.
1.5.4 C220, C150, B340 Shakers and associated cooling/amplifier equipment maintenance including two visits within 12 months interval.
1.5.5 Preventative Maintenance/Evaluation of Environmental equipment including two visits within 12 month interval (Environmental Chambers listed below in 1.5.7)
1.5.6 Calibration of electronic and mechanical equipment (chambers, controllers, measurement devices listed below in 1.5.7)

1.5.7 Environmental Chambers in the building 3109 area
Nomenclature/Mfr., Model, Serial No., Bar Code:
Webber 6-72-68 6-72-68 N2619
Webber 6-72-67 6-72-67 N2620
Tenney VT276518 7903 N2611
Standard 26TS 2249 N2609
Standard VSP 1814 N2714
Tenney ALTITUDE 8390 N2796
Standard RK/10C 90066 T1438
Dougherty 1966 BOX 7 N2621
Dougherty 1966 BOX8 N2616
Dougherty 1966 BOX9 N2615
Standard 1861-B11 SLHVCN56FS N2618
Tenney 8200 5-100200 N2610
Tenney TJR 671368J172 N2409
Tenney 1300 TJR 682068J227 N2614
Tenney 1300 TJR 682068J226 N2613
Tenney TJR 11385-119 J8390
Tenney TJR 671368J170 N2612
Tenney 6465180 7904 N2928
Tenney Tenney Jr. 11385-119 J8390
Webber WF-64-100-300 HV 973925 N2896
Russels 64 TBD TBD
ETC H/LTEMP1970 155TCE4 N2431
Dougherty A 1 N2395
Standard TB/2 83107 N2470
Standard TB/2 83108 N2471
Tenney Tenney Jr. 671368J172 N2409
Tenney Tenney Jr. 671368J170 N2928
Standard Cabinet SLHVAC/10FS 2111 M8355
Standard Env. CAV-156 92054 Z3936
BMA TH64CC 1693 W6679
BMA TH64CC 1694 W6680
BMA TH27CC 1695 W6685
BMA TMVH5CC 1699 W6681
BMA TH27CC 1698 W6684
BMA TH27CC 1697 W6686
Russels Solar TBD TBD
TPS 64 CU FT TBD TBD
Associated Environmental 64 CU FT TBD TBD
CO2 (12 Ton Capacity)/Liquid Carbonic Corp. TBD 12-R194 N2678

2.0 Applicable Documents
2.1 AMCR 385-100, Safety Manual, Dated 26 September 1995
DA PAM 385-64, Ammunition and Explosive Safety Standards, Dated 15 December 1999
2.2 Any additional documents will be provided as needed.
3.0 Performance Requirements
3.1 Contractor shall supply licensed/certified personnel fully trained on the above equipment. Contractor personnel shall bring all tools and equipment necessary/appropriate to perform the service work.
3.2 Contractor shall be recognized as a licensed/certified commercial/industrial specialist.
3.3 The Contractor shall arrive on site within one business day of receiving telephone notification from the COR, and shall complete the repairs within five consecutive working days. In some instances, the COR may require that service be initiated within four clock hours from the time of the call; the contractor shall comply with this time request. If such a scenario were to occur where the time period for a service required needed to be extended, the COR shall notify the cognizant Contracting Officer as soon as practicable, but shall not authorize the contractor to perform any work beyond what is delineated in the contract. Upon notification of the additional time and/or material needed to perform the repair(s), the Contracting Officer will also ensure that the contractor provides an estimate of the extra time and/or material necessary for the specific effort. This will, in turn, be modified against the contract.
3.4 The types of repairs, purchases, and calibration anticipated include:
3.4.1 repair refrigerant leaks,
3.4.2 recharge systems,
3.4.3 replace belts,
3.4.4 replace and/or repair failed seals,
3.4.5 valves,
3.4.6 electrical components,
3.4.7 refrigeration components,
3.4.8 fluids,
3.4.9 controllers,
3.4.10 amplifiers,
3.4.11 air compressors, pumps
3.4.12 heaters, heat exchangers
3.4.13 shock and vibration components
3.5 Maintenance and repair services shall be in compliance with AMCR 385-100, Safety Manual and DA PAM 385-64, Ammunition and Explosive Safety Standards. The COR shall ensure that the Contractor has access to these documents.
3.6 Maintenance and repair service shall be coordinated between the COR and the contractor, prior to the commencement of repairs.
4.0 General Requirements
4.1 1.1 Non-Personal Services:
The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Such contractor employees shall be accountable solely to the Contractor who, in turn is responsible to the Government. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately.
4.2 Government - Contractor Relationships:
The Government and the contractor understand and agree that the services to be delivered under this task order by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the task order between the Government and the contractor and/or between the Government and the contractor's employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations.
a. Contractor personnel under this task order shall not:
(1) be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian.
(2) be placed in a staff or policy making position.
(3) be placed in a position of command, supervision, administration or control over DA Military or Civilian personnel, or personnel of other contractors, or become a part of the Government organization.
(4) be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission.
(5) be used in administration or supervision of military procurement activities.
b. Employee Relationships
(1) The services to be performed under this task order do not require the contractor or its employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractor's employees will act and exercise personal judgment and discretion on behalf of the contractor.
(2) Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter any Government installation, or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services task order.
4.3 Identification of Contractor Employees:
a. All contractor employees shall be identified as such by wearing badges at all times while performing work at Government facilities and when performing work for the Government under the scope of specific contract at other installations or nongovernment sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor's company name and employee's name. No other items may be placed on the badge.
b. Contractor workspace shall ensure that Federal employees and the public know that they are not Federal employees.
c. Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars or any other situations where their contractor status is not obvious.
d. Official contractor correspondence (written, facsimile, and email display) shall include their company name and any other documents or reports produced by contractors are identified as contractor products or contractor participation is disclosed.
4.4 Inherently Governmental Functions:
The Contractor shall not provide inherently governmental functions as defined in FAR2.101 under this task order.
4.5 Environmental Compliance:
4.5.1 The contractor shall adhere to all local, county, state, Army and federal policies, directives, executive orders and regulations required including, but not limited to 32 CFR Part 651, AR 200-1 (Environmental Protection and Enhancement), 40 CFR Code of Federal Regulations, and Picatinny Arsenal local policies/regulations in order to maintain environmental compliance for the duration of the contract. Local policies that must be adhered to include the Picatinny Environmental Bulletin and the Installation Environmental Policy. These documents can be found on the Picatinny Environmental Management System website (https://picac2w5.pica.army.mil/pems) or can be obtained from the contracting officer representative (COR).
4.5.2 The contractor shall be responsible to identify, obtain, and adhere to any required local, state, and federal permits/notifications/certifications/licenses prior to beginning work. The permit applications/submittals/plans shall be made available to the Picatinny Environmental Affairs Division (EAD) for review along with the final permit at the time of issuance.
4.5.3 All work performed at Picatinny Arsenal shall obtain specific approval from the EAD and be placed into PEMS projects for the following actions or activities:
a. All fossil-fuel burning equipment brought onto the installation, including generators, stationary engines, etc.
b. The generation of hazardous waste.
c. Work requiring digging, drilling, and movement of soils.
d. Vegetation disturbances, involving any size tree felling or pruning, which is mostly limited to occur between the months of November 16 through March 31.
e. Vegetation disturbances, involving any size shrubs, heavy vines, or thick herbaceous cover, which is mostly limited to occur between the months of August 16 through April 14.
4.5.4 The contractor shall comply with all Affirmative and Green Procurement policies and procedures when ordering materials. Picatinny's Green Procurement Plan is located at https://picac2w5.pica.army.mil/pems/docs/GPProcedures.pdf or can be obtained from the COR.
4.5.5 The contractor shall report immediately any spills of chemicals (including oils, paints, etc.) to the Picatinny Arsenal Police Department at 911. Immediately report any noncompliance with applicable Federal, State or Local environmental laws, Army or installation environmental regulations or policies to the COR and EAD.
4.5.6 The contractor shall submit to potential Federal, State, Army and installation work site environmental regulatory inspections and/or investigations into noncompliance, and fully cooperate with such inspections/investigations by providing the appropriate records and documentation. Contractor shall when given a verbal and/or written notice of environmental noncompliance or nonconformance by the COR, take immediate corrective action.

4.6 Prohibitions
4.6.1 Contractor is not permitted to perform maintenance or repair on equipment during explosive operations. The COR shall assure that there is no energetic material in or on the equipment prior to the start of maintenance or repairs.
5.0 Contractor Manpower Reporting System
5.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes:
5.1.1 (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative;
5.1.2 (2) contract number, including task and delivery order number;
5.1.3 (3) beginning and ending dates covered by reporting period;
5.1.4 (4) contractor name, address, phone number, email address, identity of contractor employee entering data;
5.1.5 (5) estimated direct labor hours (including subcontractors);
5.1.6 (6) estimated direct labor dollars paid this reporting period (including subcontractors);
5.1.7 (7) total payments (including subcontractors);
5.1.8 (8) predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different);
5.1.9 (9) estimated data collection cost;
5.1.10 (10) organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the UIC for AFC CCDC ARMAMENT CENTER is W4MKAA);
5.2 Note: For in-theater contracts, requiring activities have the option of requiring more frequent reporting. Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. For internal Army analysis, the reports and queries from the database shall not contain proprietary data. Contact Dr. John Anderson for any information requests at (703) 614 8247, John.Anderson@hqda.army.mil.
6.0 Security/Information. The highest level of classification for this effort is UNCLASSIFIED. In performance of this effort, the contractor will be required to access Picatinny Arsenal and will obtain a visitor pass from the Visitor Control Center, located at the main gate of the installation. Only U.S. citizens are authorized to work on this effort. The contractor will observe and comply with all security provisions and installation guidelines in place on the Army Installation.
7.0 AT Level I Training. "All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then 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 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jko.jten.mil."
8.0 Access and General Protection/Security Policy and Procedures. "All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract 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. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation."
9.0 iWATCH (See Something, Say Something) Training. "All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then 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 14 calendar days after completion of training by all employees and subcontractor personnel."
10.0 For contractors that do not require CAC, but require access to a DoD facility or installation. "Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and 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."
11.0 Export Control Laws/International Traffic in Arms Regulation. Requires the addition of "DFARS Clause 252.225-7048, Export Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice" WARNING: This document contains technical data whose export is restricted by the Arms Export Control Act (title 22, U.S.C, App. 2401et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25."
12.0 For Contracts That Require a Government Provided OPSEC Standing Operating Procedure/Plan. "The contractor is subject to compliance with the CCDC ARMAMENT CENTER Operations Security Plan, per AR 530-1 (or DoDM 5205.02-M). This SOP/Plan will specify the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it."
13.0 For Contracts That Require OPSEC Training. "Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained
OPSEC Officer/Coordinator. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request CCDC ARMAMENT CENTER OPSEC training from CCDC ARMAMENT CENTER OPSEC POC e-mail: usarmy.pica.ardec.mbx.ardec-opsec@mail.mil."
14.0 For Contracts that Involve the Public Release of Information: Requires the addition of: "Per AR 530-1(or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release."
15.0 Reserved
16.
Contracting Officers Representative:
Alex Plotkin
US Army CCDC ARMAMENT CENTER
QESA, Environmental Test & Evaluation Facility
RDAR-EIQ-EC
B3109
Picatinny, NJ 07806
Email: alexander.plotkin.civ@mail.mil

Limited Distribution Data
The highest Distribution Level for this solicitation/contract is: Distribution Statement A.
Distribution Statement A: Approved for public release: distribution unlimited.
Kelly A. Lynch, Contract Specialist: Kelly.a.lynch21.civ@mail.mil
The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.204-19, 52.204-21, 52.252-2, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5, 52.243-1 Alternate II, 52.246-2, 52.246-4, and FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52,222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13; 52.232-33, 52.233-3, 52.239-1. DFARS: 252.201-7000, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.225-7001, 252.225-7012, 252.225-7048, 252.232-7003, 252.232-7006 , 252.232-7010, 252.239-7010, 252.244-7000, and 252.225-7036.
The following local information also applies:
1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Responses shall include the contractor's Cage Code and DUNS number. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001.
2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document.
3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions".
4. Procurement Information:
This Procurement is 100% set-aside for Small Business.
The applicable SIC/NAICS code is: 334513
5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Kelly A. Lynch
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: Kelly.a.lynch21.civ@mail.mil
6. Point of Contact for Information:
Name: Kelly. A. Lynch
Title: Contract Specialist
Email: Kelly.a.lynch21.civ@mail.mil
DISCLOSURE OF UNIT PRICE INFORMATION
This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals.
Packaging and Marking
Commercial Packaging shall apply to this procurement
2D Bar Codes are not required.
The estimated weight of the item in its shipping container is greater than 200 pounds but less than 2,500 pounds.
The Security Classification of the material to be shipped is Unclassified.
The item being shipped is not hazardous and not Arms, Ammunition or Explosives.
Government Furnished Equipment will not be provided for this contract.
Items will be shipped to:
US ARMY ARDEC
QESA, Environmental Test & Evaluation Facility
RDAR-EIQ-EC Alex Plotkin B3109
Picatinny Arsenal, NJ 07806-5000

COMMERCIAL PACKAGING REQUIREMENTS
1. Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements.
1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants.
1.2 Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers.
1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment.
2. Unit package
2.1 Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. The outermost component of the unit package shall be a container such as a sealed bag, carton or box.
2.2 Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc.
3. Intermediate Package
3.1 Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist:
a. The quantity is over one (1) gross of the same national stock number.
b. Use enhances handling and inventorying.
c. The exterior surface of the unit pack is a barrier bag.
d. The unit pack is less than 64 cubic inches.
e. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches.
Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first.
4. Packing
4.1 Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers. All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items.
4.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year.
5. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.
6. Marking
All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers' Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load.
7. Hazardous Materials
7.1 A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.) Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation).
7.2 Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents:

a. International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air
b. International Vessel Transport: International Maritime Dangerous Goods Code (IMDG)
c. Domestic Transport: Code of Federal Regulations (CFR) Title 49
d. Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3.
7.3 If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.
7.4 A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package.
8. Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.
9. Quality Assurance -The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package.

GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION
Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination

GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE
Acceptance of supplies will be at: Destination
HQ AMC-LEVEL PROTEST PROGRAM
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 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
Fax: (256) 450-8840
Email: usarmy.redstone.usamc.mbx.protests@mail.mil
The AMC-level protest procedures are found at:
Web Address: http://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.

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
FAR - http://farsite.hill.af.mil/vffara.htm
ADMINISTRATIVE SPACE OCCUPIED BY CONTRACTORS AT PICATINNY ARSENAL
In the event that the Contractor, in performing the requirements in the Statement of Work (SOW) under this contract, will occupy Government owned administrative space on the U.S. Army installation, Picatinny Arsenal, NJ, the Contractor shall provide the following information:
(1) Name of Contractor
(2) Contract number (including the task order number if applicable);
(3) Start date and end date of contract
(4) Name(s) of Contractor personnel occupying administrative space at Picatinny
(5) Building number being occupied
(6) Square footage required
(7) Current use of square footage
(8) Unit Identification Code (UIC) for the contracted employees
The information shall be reported within ten (10) days of award and shall be provided in accordance with the SOW and associated Contract Requirements Data List (CDRL) (DD 1423) and submitted to the following:
Garrison Space Manager:
Army Stationing Identification Program (ASIP) Manager:
Procuring Contracting Officer (PCO): Contracting Officer's Representative (COR):
{PCO to insert the name, office symbol and email for the above at time of award.}
RELEASE OF INFORMATION RESEARCH AND DEVELOPMENT
1. Classified Contracts - The DOD Security Agreement (DD Form 441) and DOD Contract Security Classification Specification (DD Form
254) apply.
2. Unclassified Contracts-Restricted Release - Obtain the Contracting Officer's approval before releasing information received during this contract or generated from this contract, except if a college, university or laboratory receives the award and conducts the research on campus.
3. Unclassified Contracts-Unrestricted Release - You may release information received during the contract or developed from the contract without Contracting Officer's approval if:
a. you are a college, university/laboratory; and
b. you conduct the research on campus.
But, obtain approval before releasing the information if there is a high likelihood of revealing abilities of military systems or information concerning manufacturing technologies unique and critical to defense.
NOTE: Section J provides instructions for clearing technical material for release to the public and a sample clearance form (INME-PIC-IM Form 3002).
52.212-1 Addenda - Proposal SUBMISSION
This section contains proposal submission instructions as well as specific proposal requirements for the solicitation.
The offeror's proposal shall be labeled in a consistent manner with this document. All references to the Performance Work Statement (PWS) shall be clearly labeled with the appropriate PWS paragraph. Offerors are expected to submit a proposal in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the offerors.
General: The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the proposal.
All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted.
US Army Contracting Command-New Jersey
ACC-NJ, Kelly A. Lynch
Picatinny Arsenal, NJ 07806-5000
E- mail: Kelly.a.lynch21.civ@mail.mil
52.212-2 Addenda:
1 Basis for Award
The Government plans to award a single firm fixed price Purchase Order as a result of this Request for Quotation (RFQ). The evaluation shall be conducted utilizing the lowest priced technically acceptable evaluation approach in accordance with FAR 15.101-2. The Purchase Order will be awarded to the offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation's requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable quote. Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability.
2 Evaluation Factors:
Factor 1 -Technical Requirements
Factor 2 - Price
3 Evaluation Approach
All proposals will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for non-cost factors will be awarded the Purchase Order.
The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.

The Government reserves the right to award based on initial proposals. The Government intends to evaluate proposals and award the Purchase Order without discussions with the offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government.
The proposals will be evaluated based on the criteria established in this solicitation as follows.
4 Factor 1 Technical Requirements: The technical portion of the quote will be rated Acceptable or Unacceptable based on assessment of the stated minimum requirements below. These items are deemed critical to meet the Government's requirement. If any one of these requirements is rated as Unacceptable this will result in an overall technical rating of unacceptable and the quote will not be considered any further.
ADJECTIVAL RATING DEFINITION
ACCEPTABLE Proposal clearly meets the minimum requirements of the solicitation.
UNACCEPTABLE Proposal does not clearly meet the minimum requirements of the solicitation.

In order for a quote to be deemed acceptable it must meet the following minimum criteria:
a. The offeror must submit a quote that provides material and repair service for the environmental laboratory equipment as specified in performance work statement (PWS) paragraphs 1.4 and 1.5, in accordance with the solicitation requirements.
b. The quote must provide the types of repairs, purchases and calibration specified in PWS paragraph 3.4
c. The offeror must meet the following performance and delivery requirements:
Performance Requirements
Contractor shall supply licensed/certified personnel fully trained on the above equipment. Contractor personnel shall bring all tools and equipment necessary/appropriate to perform the service work.
The contractor shall deliver the following equipment to CCDC Armament Center:
The Contractor shall arrive on site within one business day of receiving telephone notification from the COR, and shall complete the repairs within five consecutive working days. Maintenance and repair service shall be coordinated between the COR and the contractor, prior to the commencement of repairs.
Factor 2 - Price: The quoted price will be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored.
Adequate competition is anticipated for this Purchase Order. However, if deemed necessary by the Contracting Officer, a cost analysis may be performed per FAR 15.404-1(c). If the Government determines that adequate price competition was not obtained and/or if the total evaluated price cannot be deemed fair and reasonable, the Government reserves the right to request cost or pricing data and to evaluate such data utilizing the proposal analysis techniques delineated in the FAR 15.404-1 as deemed appropriate
Price/Cost Inconsistencies: A proposal is presumed to represent an offeror's best effort to respond to the solicitation. Each initial proposal should contain the offeror's best terms for award for this Purchase Order. Any inconsistencies in performance or price should be explained in the proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope of work required and its financial ability to perform the contract, and may be grounds for rejection of the proposal.
GENERAL INFORMATION TO OFFERORS OR QUOTERS
1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form (insert form numbers), and other solicitation documents. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001.
2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document.
3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions".
4. Procurement Information
_X_ This Procurement is 100% set-aside for Small Business. The applicable SIC/NAICS codes are: 334513.
5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Kelly Lynch
Office Symbol: ACC-NJ
Picatinny Arsenal, NJ 07806-5000
Email: Kelly.a.lynch21.civ@mail.mil
6. Point of Contact for Information:
Name: Kelly Lynch
Title: Contract Specialist
Email: Kelly.a.lynch21.civ@mail.mil
Phone: 973-724-9360
Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Point of Contact: Kelly.a.lynch21.civ@mail.mil. Proposals must be received No Later Than May 20, 2019. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.

Opportunity closing date
20 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - NJ (W15QKN) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?