Pure and Ultra-Pure Water System PM & Repair (№3985860)


Link to original

To view links to the source need to register

Publication date


15-11-2017

Description


Pure and Ultra-Pure Water System PM & RepairSolicitation Number: SB1341-17-RP-0041
Agency: Department of Commerce
Office: National Institute of Standards and Technology (NIST)
Location: Acquisition Management Division

Solicitation Number: SB1341-17-RP-0041

Notice Type: Award

Contract Award Date: November 9, 2017

Contract Award Number: SB1341-18-CN-0001

Contract Award Dollar Amount: FFP - $394899.67, NTE - $200000.00, Total Contract Value - $594899.67

Contract Line Item Number: CLINs 0001, 0002, 0003, 0004, 1001, 1002, 1003, 1004, 2001, 2002, 2003, 2004, 3001, 3002, 3003, 3004, 4001, 4002, 4003, 4004

Contractor Awarded Name: Mar Cor Purification, Inc.

Contractor Awarded DUNS: 069028728

Contractor Awarded Address: Mar Cor Purification, Inc.
PO Box 1429
4450 Township Line Rd
Skippack, Pennsylvania 19474
United States

Synopsis: Added: Sep 06, 2017 1:11 pm (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice and accompanying attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) This combined synopsis solicitation, SB1341-17-RP-0041, is issued as a Request for Proposal (RFP) utilizing simplified acquisition procedures authorized by FAR 13.5 Test Program for Certain Commercial Items. The Contracting Officer (CO) WILL NOT use nor shall this combined synopsis solicitation be subject to the formal source selection procedures described in FAR Part 15.


(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95.


(iv) This solicitation is for Full and Open Competition with the NAICS Code 811219 - Other Electronic and Precision Equipment Repair and Maintenance, with a size standard of $20.5M.


(v) The following contract line item number(s) (CLIN) and items, quantities and units of measure for this requirement are as follows: See attached SF 1449 Solicitation Document Schedule B


(vi) A description of the requirements for the Pure & Ultra-Pure Water Systems Preventive (PM) & Repairs can be found in the Performance Work Statement (PWS) within the SF 1449 Solicitation Document.


(vii) Scheduled PMs for this requirement are found in the Period of Performance in the SF 1449 Solicitation Document Terms and Conditions. The Place of Performance is as follows:
Department of Commerce
National Institute of Standards and Technology
325 Broadway, Bldg. 81 PML
Boulder, CO 80305-3328


(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Addendum to 52.212-1 also applies. See attached.


(ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.

Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall determine Best Value to the Government based on the following evaluation factor criteria:


(1) Technical Capability: All offerors must present a capability statement demonstrating their ability to meet the requirements of the Performance Work Statement. Technical Capability consists of the following:
a) Relevant experience managing similar projects of same or larger scope.
b) Technical approach to performance of this scope of work.
c) Executable schedule for preventative maintenance designed to meet the performance period of the contract.
d) Details of planned materials, consumables, travel, labor, equipment, and expenses.


RATING METHOD (Adjectival)
1) Exceptional-Exceeds specified performance or capability in a beneficial way to the agency and has high probability of satisfying the requirements; has no significant weaknesses.
2) Acceptable-Meets evaluation standards; has good probability of satisfying the requirement; any weaknesses can be readily corrected.
3) Marginal-Fails to meet evaluation standards; has low probability of satisfying the requirement; has significant deviancies.
4) Unacceptable-Fails to meet minimum requirement; deficiency requires a major revision to the proposal to make it correct.


(2) Past Performance: The Government shall review CPARS and requests the contractor provide a list of contracts or purchase orders completed during the past three (3) years and all contracts and subcontracts currently in process for performance of similar nature, scope and complexity to this requirement.
To receive an acceptable rating, the Past Performance submissions must show evidence of successfully performing work same or similar work outlined in the PWS at a satisfactory rating. Offerors without a record of relevant past performance, the offeror may not be evaluated favorably or unfavorably on past performance. Past Performance must be both recent and relevant. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. To be relevant, the effort must be similar in nature of work, size, and complexity.


(3)Price - The Government reserves the right to make award without discussions.
a)Cost of contract including separating pure water maintenance and ultra-pure water maintenance.


Evaluation of price will be performed using one or more of the price analysis techniques in FAR 13.106-3(a). Through these techniques, the Government will determine whether prices are reasonable.


Options. The Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a proposal is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). As part of price evaluation, the government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offerors final option period price to the offerors total price. Thus, the offerors total price for evaluation will include the base year, 1st option, 2nd option, 3rd option, 4th option years, and 1/2 of the 4th option year. Offerors are not required to enter a price for the six-month period.


Offerors must submit Experience and Past Performance on the attached sheets.


A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer"s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.


(xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: See attached SF1449 Solicitation Terms and Conditions.


(xiii) Additional contract requirements or terms and conditions can be found in the SF1449 Solicitation Document and attachments.


(xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition.


(xv) Proposals are required to be received by the due date specified in the SF1449 Solicitation Document and must include the following: Company name, address, phone numbers, DUNS number and itemized proposal. Proposals shall be delivered via email to Patricia Bullington at [email protected]


(xvi) Please direct any questions regarding this solicitation to Patricia Bullington at 303-497-3106 or [email protected]. All emails shall contain the following subject line Question: RFQ SB1341-17-RP-0041 Pure & Ultra-Pure Water Systems PM & Repairs.

Added: Sep 15, 2017 5:13 pm Amendment 1 is to provide Questions and Answers to RFP: SB1341-17-RP-0041 Pure & Ultra-Pure Water Systems Maintenance & Repairs. The proposal due date remains unchanged.

1. We want to confirm that the proposal should not include the ozone disinfection. It is our understanding from the SOW that the ozone will be negotiated after the contract has been awarded.


Response:


1. Only the level of ozone(i.e.. how many parts per million) will be negotiated after award. The cost of ozone generation and method of introducing ozone into the system should be in your proposal.


Disinfect the entire PW system (distribution loop lines plus a 2200 gallon storage tank) using a level of ozone negotiated after award of contract based on contractors ozone generation method and NIST system requirements. The contractor shall supply a method of generating ozone to properly disinfect the PW system to a level that meets or exceeds the CAP Type II (Resistivity: 2 MOhm/cm @ 25 C): College of American Pathologists Standards. NIST does not have the capability to generate ozone. After disinfection, the PW system must generate 14 gpm of purified water that meets or exceeds the CAP Type II (Resistivity: 2 MOhm/cm @ 25 C): College of American Pathologists Standards.


Disinfect the entire UPW system (distribution loop lines plus a 2200 gallon storage tank) using a level of ozone negotiated after award of contract based on contractors ozone generation method and NIST system requirements. The contractor shall supply a method of generating ozone to properly disinfect the PW system to a level that meets or exceeds the Electronic Type E-1 (Resistivity 18.1 MOhm/cm @ 25 C, without dissolved oxygen requirements): ASTM D-5127 standard. NIST does not have the capability to generate ozone. After disinfection, the UPW system must generate 30 gpm of purified water that meets or exceeds the Electronic Type E-1 (Resistivity 18.1 MOhm/cm @ 25 C, without dissolved oxygen requirements): ASTM D-5127 standard.


2. Concerning the weekend work. Will our staff have access to the areas we need to work for the entire weekend so that we can come and go as needed?
Response:
2. You will have the opportunity after award to have employees hard badged and those employees will have 24/7 access to the pure water system. There will also be a COR or POC on site during the weekend activities.


3. Does the Combined Synopsis/Solicitation under solicitation number SB134117RP0041 contain requirements similar to a current contract? If possible, please provide the current contract number. Or, is this a new requirement for the government?


Response:
3. Yes, the solicitation contains requirements similar to the current contract. The current contract is being performed under SB1341-14-SE-0392. Although the scope has changed, it is not a new requirement for the Government.


Added: Nov 14, 2017 2:21 pm

Thank you for your interest in this requirement. Please watch FBO for future opportunities to do business with NIST if you were not awarded this requirement.

Please contact Patricia Rose at

[email protected] or 303-497-3106 with any questions.



Please consult the list of

document viewers if you cannot open a file. RFP - SF1149 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: RFP - SF1149

Posted Date: September 6, 2017



FormSF1449.pdf (7602.71 Kb) Description: The RFP SF1449 contains other important documents (i.e. experience form, past performance form, Q&A form, Instructions to Offerors etc.)

Amendment 1 - Q&A"s Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Amendment 1 - Q&A"s

Posted Date: September 15, 2017



Contracting Office Address: 100 Bureau Drive, Building 301
Room B130
Gaithersburg, Maryland 20899-1410
United States


Place of Performance: Department of Commerce
National Institute of Standards and Technology
325 Broadway, Building 81
Boulder, Colorado 80305-3328
United States


Primary Point of Contact.: Patricia M. Bullington, Contract Specialist

[email protected] Phone: 3034973106