SOLICITATION NOTICE
H -- lab testing analysis
- Notice Date
- 8/16/2010
- Notice Type
- Presolicitation
- Contracting Office
- DOT/Maritime Administration, DPO Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
- ZIP Code
- 94105
- Solicitation Number
- DTMA4Q10046
- Response Due
- 8/27/2010
- Archive Date
- 8/16/2011
- Point of Contact
- Kathryn Rato Contracting Officer 4157442580 kathryn.rato@dot.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The Request for Quotation number is DTMA4Q 10046 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-39. This acquisition is a Small Business set aside for offerors' business size not to exceed $12.mil. The NAICS is 541380. The contract type will be a firm-fixed-priced unit-price Indefinite Delivery Indefinite Quantities (IDIQ) contract. Period of Performance shall be 12 months,Sep 1, 2010 through August 31, 2011,. At time of award the IDIQ contract will be funded to the successful offeror's total of extended amounts, and this sum shall be considered a Not-To-Exceed ceiling for Task Orders to be issued against during the performance period through August 31, 2011. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals. A written solicitation will not be issued. The ensuing award is under the authority of FAR Subpart 12 "Acquisitions of Commercial Items". The Government proposes to solicit offers for the following services and quantities:DESCRIPTION OF SERVICE: Contractor will prepare and supply collection sample container(s) for the tests see below CLIN's 0001-0005 describes the tests, (each event requires containers to be on hand at MARAD's Suisun Bay Reserve Fleet (SBRF) in advance of need and to be replenished once send out with samples. Contractor will deliver up sample collection containers as described in CLIN's 0001, 0002, and 0004 per Task Order call, to be delivered to upon request from the SBRF. MARAD will collect samples. Contractor will pick up sample collection containers within 24 hours (except weekends and government holidays) upon notice from the SBRF. Contractor will train SBRF personnel on sample taking procedures, see CLIN 0006 below.Location of Work: US DOT Maritime Administration, Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia, CA 94510. The contractor, a Certified California Lab, shall provide sample collection containers, sample labels, analytical lab testing, and reports for following tasks.For each sampling event in CLIN's 0001-0005, the contractor will provide SBRF a lab analysis report with an original signature of a certified lab technician qualified to analyze and interpret sample testing results. Contractor will notify the SBRF of sample test results within ten days of receipt of samples from the SBRF. All remaining lab samples will become property of the contractor. Contractor will provide a "chain of custody" form for samples. =================================================================================CLIN 0001: Bilge water:Analyze bilge water sample(s) for all the following constituents;Arsenic (results in mg/L)Cadmium (results in mg/L)Chromium (results in mg/L)Copper (results in mg/L)Lead (results in mg/L)Mercury (results in mg/L)Nickel (results in mg/L)Silver (results in mg/L)Zinc (results in mg/L)Phenolic Compounds (results in mg/L)Polynuclear aromatic hydrocarbons (results in mg/L)Cyanide (results in mg/L)Temperature (in Fahrenheit)pH (reading on pH scale)Oil and grease (results in mg/L)Sulfides (results in mg/L) Contractor will provide sample collection container(s) for analyzing the aboveContractor will prepare sample containers with preservativesContractor will deliver six sets of sample containers within 24 hours after notification from the SBRFNumber of tests CLIN 0001 over the period of performance of the IDIQ contract: Estimated 26 each ================================================================================== CLIN 0002: Storm water:Analyze storm water sample(s) for all the following constituents; Oil and grease (results in g/L)Antimony (results in g/L), test for both total and dissolved metalArsenic (results in g/L), test for both total and dissolved metal Barium (results in g/L), test for both total and dissolved metalBeryllium (results in g/L), test for both total and dissolved metalCadmium (results in g/L), test for both total and dissolved metalChromium (results in g/L), test for both total and dissolved metalCobalt (results in g/L), test for both total and dissolved metalCopper (results in g/L), test for both total and dissolved metalLead (results in g/L), test for both total and dissolved metalMercury (results in g/L), test for both total and dissolved metalMolybdenium (results in g/L), test for both total and dissolved metalNickel (results in g/L), test for both total and dissolved metalSelenium (results in g/L), test for both total and dissolved metalSilver (results in g/L), test for both total and dissolved metalThallium (results in g/L), test for both total and dissolved metalVanadium (results in g/L), test for both total and dissolved metalZinc (results in g/L), test for both total and dissolved metalTotal petroleum hydrocarbons middle distillates, diesel fuel and motor oil range (results in g/L) Total petroleum hydrocarbons residual fuels, oil and grease range (results in g/LpH (reading on pH scale)Total suspended solids (results in g/L)Specific conductance (results in micromhos per centimeter) Contractor will provide sample collection containers for each testContractor will prepare sample containers with preservativesContractor will deliver fourteen sets of sample containers within 24 hours after notification from the SBRFNumber of tests CLIN 0002 over the period of performance of the IDIQ contract: Estimated 80 each ===============================================================================CLIN 0003: Paint Waste:Analyze paint waste (exfoliated, chipped, and other) samples(s) for all the following constituents; Lead content using the TCLP method (results in g/L) Polychlorinated Biphenyls, test for PCB 1016, 1221, 1232, 1242, 1248, 1254, and 1260 (results in mg/kg)Number of tests CLIN 0003 over the period of performance of the IDIQ contract: Estimated 50 each -------------------------------------------------------------------------------------------------------CLIN 0004: PCB Storm water sample:Analyze storm water sample(s) for the following constituent; Polychlorinated Biphenyls, test for PCB 1016, 1221, 1232, 1242, 1248, 1254, and 1260 (results in g/L) Contractor will provide sample collection containers for each testContractor will prepare sample containers with preservativesContractor will deliver four sample containers within 24 hours after notification from the SBRFNumber of tests CLIN 0004 over the period of performance of the IDIQ contract: Estimated 20 each ================================================================================CLIN 0005: Various materials sample:Analyze various materials (gaskets, pipe lagging, insulation, wall board, etc.) for; Asbestos content using Polarized Light Microscopy method Number of tests CLIN 0005 over the period of performance of the IDIQ contract: Estimated 10 each. -------------------------------------------------------------------------------------------------------CLIN 0006: Sample collection training: Contractor will provide onsite training at the SBRF to fleet personnel on the proper protocol to collect and preserve samples for the above testing. Training will include proper labeling, marking, and preserving samples and completing the chain of custody form. Contractor will complete training by September 1, 2010.------------------------------------------------------General This contract will be effective from award date thru Sept 30, 2011.PRICE SCHEDULE ( 1 lot= sample)CLIN 0001: Est'd QTY:26 UT:1 lot $_______ $__________ CLIN 0002: Est'd QTY:80 UT:1 lot $_______ $__________ CLIN 0003: Est'd QTY:50 UT:1 lot $_______ $__________ CLIN 0004: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0005: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0006: training 1 $______________ Total of CLIN 0001 & 0006 ext'd amounts $_______________ CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representations and Certifications or go on-line and complete form at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions Commercial Item. (g) invoice ADD invoices shall be sent to: maradinvoices@faa.gov;' (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractors performance of this contract. The Contractor shall also be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractors liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVINGa) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"-(1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10). (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving-- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items.And as also prohibited by the California Code - Section 23123.5 CAL. VEH. CODE 23123.5.IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) makes mandatory the requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB1998)FAR 52.216-18 ORDERING. (OCT 1995)Such orders may be issued from: Sep 1, 2010 through August 31, 2011. FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995)Minimum order. (a) less than $700.00, (b) Maximum order. The Contractor is not obligated to honor-- (1) in excess of 50 samples(2) in excess of 100 tests(3) 10 calendar days (d) within 10 days FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (d) 30 Sep 2011.TASK ORDER (TO) When a TO is required, the Contracting Officer Representative (COTR) will request a pick up and indicate the quantity, via email or phone call (this shall be arranged at time of performance with the successful offeror). The pickup shall be in the parking lot at MARAD Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia CA and the contractor shall pick up within 24 hours of the email request. The COTR 's email request shall also copy the Contracting Officer. The Contractor shall respond to the request by email within 14 hours. All TOs are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any TOs. TASK ORDER ADMINISTRATION Correspondence for the Task Orders should be directed to the following address, John.Colberg@dot.gov and kathryn.rato@dot.gov. FAR 52.212-5 is applicable to this acquisition; The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). Also clause 52.212-5 para. (e) is addenda with the following : (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- A) N/A, B) N/A, C) N/A, D) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). E) N/A, F)52.222-36, Affirmative Action for Workers with Disabilities (June 1998), G) NA, H) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). I) N/A, J) N/A, K) N/A, L)N/A, M) N/A,.Finally, the following clauses are applicable under FAR 52.212-5: FAR 52.203-06 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alt I (Oct 1995) (41U.S.C. 253g and 10 U.S.C. 2402),FAR 52.219-06 Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644); FAR 52.222-03 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS ((June 2008)) The Government will award one firm-fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered based on the total price for all CLINS. The following factors shall be used to evaluate offers: California Laboratory certificates are pass or fail, the Technical Proposal's Plan and Past Performance are trade off against Price for best value determination. AWARD: This purchase will be based on the following criteria: 1) (a)Cert. Calif. Lab pass/or fail (b) Satisfactory technical plan, see below. 2) Past performance and price will be evaluated. 3) After determination of certificate validation, the other than price factors combined, are approximately equal to price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the best terms from a price and technical standpoint. 1) TECHNICAL PROPOSAL INSTRUCTIONS: The offeror provides copies of certificates or licenses for self and any subcontractors that they will be using. The TECHNICAL PLAN: offeror describes the process they will be using to pick up the samples within 24 hours of MARAD notification and identifying which subcontractors have what part in the process. Interested offerors are to respond, specifically, on how they will meet the 24 hr response time under the following scenario: Contractor is notified at 1700 on a Thursday by MARAD that sample shall be delivered to the lab within 24 hours, for 75 samples. 2) PRICE: will be the evaluated in accordance with FAR 15.404-1(b). 3) PAST PERFORMANCE: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this requirement. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material, etc.), total dollar amount, procuring activity or firm's complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, competence, customer satisfaction, management and adequate oversight. Relevance is specific experience with lab analysis of hazardous waste. 4). Return this paragraph: The offeror shall check as applicable or as not applicable the following items ii -v, to determine whether the Service Contract Act 52.222-41 is appropriate: (ii) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the contractor (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations. (iii) The contract services are furnished at prices that are, or are based on, established catalog or market prices. As defined at 29 CFR 4.123(e)(2)(ii)(C)- (iv) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract. (v) The contractor will use the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the contractor uses for these employees and equivalent employees servicing commercial customers. 5) OFFERS: 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responding contractors' offers shall consist of a signed quotation of price for the specifically identified CLINs, submitted to the primary contact listed on this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA4Q10046/listing.html)
- Place of Performance
- Address: Suisun Bay, Benicia CA 94501
- Zip Code: 94105
- Zip Code: 94105
- Record
- SN02241608-W 20100818/100816234615-61e2e532c0ed74cf9869ba2ed20ab6bd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |