Maryland Bids > Bid Detail

Service and Preventative Maintenance Agreement of Renishaw AM400 Machine

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159798748796965
Posted Date: Apr 22, 2024
Due Date: Apr 29, 2024
Solicitation No: W911QX-24-Q-0118
Source: https://sam.gov/opp/e4521e6bd3...
Follow
Service and Preventative Maintenance Agreement of Renishaw AM400 Machine
Active
Contract Opportunity
Notice ID
W911QX-24-Q-0118
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG ADELPHI
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 22, 2024 03:07 pm EDT
  • Original Date Offers Due: Apr 29, 2024 06:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





INTENT TO SOLICIT ONLY ONE SOURCE





The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Renishaw, Inc., 1001 Wesemann Dr., West Dundee, IL 60118-9409. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.





(ii) The solicitation number is W911QX-24-Q-0118. This acquisition is issued as a request for quotation (RFQ).





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04.





(iv) The associated NAICS code is 811210. The small business size standard is $34,000,000.00.



(v) The following is a list of contract line-item number(s) and items, quantities, and units of measure, (including option(s), if applicable):





CLIN 0001: AM 250/400 - 1 YR PM TIER 2; Service Code: CS-CON-14-250400T2.





CLIN 0002: Scanner Microtek; Service Code: P-PC01-0105.





CLIN 0003: Service Parts. The following Service Parts are included in this Tier 2 One (1) Year Preventive Maintenance Agreement: P-HX04-0003 Nalco Chiller Coolant (5 us gallon), P-FI01-0038 Water Filter - Element, A-5774-0869 HEATER PLATE SEAL ASSEMBLY, A-5771-0025 SILICONE SEAL 10M, M-6521-0600 MARKING PLATE, M-5694-0581 MYLAR SCANFIELD CALIBRATION Sheet, P-SL01-0019 CONCENTRIC BEARING (QTY 1X), P-SL01-0020 ECCENTRIC BEARING (QTY 1X), P-FA02-0047 AM250 FAN FILTER (6 COUNT), P-RS04-0019 KF25 SILICONE CENTRING (SILICONE), P-PF07-0034 KF25 SWING CLAMP, SMC-AF40P-060S FILTER AW40-B, SMC-AFM40P-060AS FILTER AFM40-A, SMC-AFD40P-060 FILTER AFD40-A, A-5771-1137 AM 12 MONTH SERVICE KIT, and A-6252-0410 THREADED INSERT ELEVATOR PLAT.





(vi) Description of requirements:





C.1 Background:





The Army Research Directorate (ARD) of the United States Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL) requires a service and preventative maintenance agreement for a Renishaw AM400 machine for research. This machine, including related components, provides to ARL’s Essential Research Program (ERP): Science of Additive Manufacturing for Next Generation Munitions.





C.2 Objective:





The objective of this effort is to establish a contract vehicle to support DEVCOM ARL’s ERP by providing a service and preventative maintenance agreement of the Renishaw AM400 machine.





C.3 Requirement:





The Contractor shall:





C.3.1 Provide on-site preventative maintenance (2 visits) per annual contract period at DEVCOM ARL, Aberdeen Proving Ground, Maryland. The maintenance agreement includes two (2) preventative maintenance visits scheduled within contract period of performance.





C.3.2 Provide service and operation training during preventive maintenance visits, which include inspection and replacement of specific wear components identified during the maintenance visit, full machine calibration, required replacements of system oxygen sensors, and written documentation of all testing results.





C.3.3 Provide Preventative Maintenance Plan that includes a 5% discount of wear and spare parts for the AM400 machine. Additional spare parts and services that are not included in the Preventative Maintenance Plan shall be offered as required within standard pricing.





C.3.4 Provide a 12-month warranty on all replaced and new parts.





C.3.5 Provide the first service visit no later than six (6) months after receiving the purchase order.





C.4 Non-Personal Services:





ARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012)



The contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except those furnished by the Government) to accomplish tasks of the type set forth in the PWS.



Contractor employees performing services under this contract shall be controlled, directed, and always supervised by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in this PWS and as required by the Contracting Officer (KO) or the Contracting Officer's Representative (COR). Contractor employees shall perform independent of and without the supervision of any Government official. Actions of contractor employees 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 U.S. 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). The Government shall control access to the facility and shall perform the inspection and acceptance of completed work and tasks.





C.5 AT-OPSEC Requirements:





ANTI-TERRORISM (AT) – OPERATIONAL SECURITY (OPSEC) REQUIREMENTS



The following AT-OPSEC requirements apply:



C.5.1 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility, or area. Contractor and all associated subcontractors’ employees shall 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 (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.



C.6 Place of Performance:



The services to be provided under this contract shall be accomplished at Aberdeen Proving Ground, Maryland 21005.



C.7 Period of Performance:



The period of performance of this contract is one (1) base year of service and preventative maintenance agreement.



C.8 Distribution Statement:



DISTRIBUTION STATEMENT A



Approved for public release; distribution is unlimited.



(vii) Delivery is required by 01 June 2024. Delivery shall be made to U.S. Army Research Laboratory at APG, Manufacturing Sciences & Technology Branch, Building 4600, Room L1032, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Government site (Army Research Laboratory, APG, MD). The FOB point is Destination.





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





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





(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.





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





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





FAR:





52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)



52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)



52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)



52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)



52.222-3, CONVICT LABOR (JUN 2003)



52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)



52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)



52.222-26, EQUAL OPPORTUNITY (SEP 2016)



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



52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)



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



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



52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)





DFARS:





*252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DoD OFFICIALS, AS PRESCRIVED IN 203.171-4(b)



252.204-7015, DISCLOSURE OF INFORMATION OF LITGATION SUPPORT CONTRACTORS, AS PRESCRIVED IN 204.7403(c), TO COMPLY WITH 10 U.S.C. 129d.



*252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION.



*252.204-7017, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION.



252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERDED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES.



252.204-7022, EXPEDITING CONTRACT CLOSEOUT.



252.223-7008, PROHIBITION OF HEXAVALENT CHRMIUM, AS PRESCRIBED IN 223.7306.



252.225-7007, PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES, AS PRESCRIBED IN 225.1103(4).



252.225-7048, EXPORT-CONTROLLED ITEMS (JUN 2013)



252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERONNEL, AS PRESCRIBED IN 232.908.



252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS, AS PRESCRIVED IN 244.403.



252.246-7008, SOURCES OF ELECTRONIC PARTS, AS PRECRIBED IN 246.870-3(b), TO COMPLY WITH SECTION 818(c)(3) OF PUB. L. 112-81, AS AMENDED BY SECTION 817 OF THE NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2015 (PUB. L. 113-291).



252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA, AS PRESCRIBED IN 247-574(b)(1), TO COMPLY WITH CARGO PREFERENCE ACT OF 1904 (10 U.S.C. 2631(a)).





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





FAR Provisions:





52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)



52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)



52.204-20, PREDECESSOR OF OFFEROR (AUG 2020)



52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)



52.204-26, COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)



52.252.-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)





FAR/DFARS Clauses:





52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)



52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)



52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)



52.232-39, UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)



52.243-1, CHANGES—FIXED PRICE (AUG 1987)



52.247-34, F.O.B. DESTINATION (NOV 1991)



52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



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



252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)



252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016)



252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)



252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)



252.211-7003, ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)



*252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)



252.225-7056, PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023)



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



252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)



252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006)



252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991)





Adelphi Local Instructions:





PROVISIONS:



Exceptions In Proposal



Award of Contract



Adelphi Contr. Division URL



Foreign Nationals Performing



Payment Terms



Intent to Solicit Only One Source





LOCAL CLAUSES:



ACC - APG Point of Contact



Technical Point of Contact



Type of Contract



Gov Inspection and Acceptance



Tax Exemption Cert. (ARL)



Receiving Room Requirement – APG



Supervision of Employees



Work Hours



ID of Contractors Employees



DFARS Commercial Clauses





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





(xv) The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.



(xvi) Offers are due Five (5) business days after posting, by 11:59 am, via email to Contract Specialist, Adrian Barber at adrian.t.barber.civ@army.mil.





(xvii) For information regarding this solicitation, please contact Contract Specialist, Adrian Barber at adrian.t.barber.civ@army.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 22, 2024 03:07 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >