Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
SOLICITATION NOTICE

66 -- Lab Testing Services - Fort Hunter Liggett

Notice Date
5/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J12RLAB1
 
Response Due
6/15/2012
 
Archive Date
8/14/2012
 
Point of Contact
Christopher White, 210-808-6201
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(christopher.a.white4.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation, W9124J12RLAB1, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This procurement is a 100% Small Business set-aside in accordance with Federal Acquisition Regulation (FAR) 19.502-2 (a). The NAICS code is 541380 with a small business size standard of $14.0 million (PSC F107). The Contracting Officer has determined that two or more Blanket Purchase Agreements (BPAs) represent the most advantageous method for procuring this requirement. A detailed description of required services is at the Performance Work Statement and the list of contract line item numbers (including the type of test, quantities and units of measure) have been uploaded with this combined synopsis/solicitation. A summary of details, submission instructions and evaluation criteria and procedures follow: The BPAs shall be written for a period of one (1) 12 month base period and two (2) 12 month options. MICC - Fort Sam Houston intends limit the value of any resultant BPA to a total value of $30,000 per year during this three (3) year period. The combined synopsis/solicitation is being issued to procure the following commercial services for approved sampling and laboratory testing for contaminants including (but not limited to): Coliform, Alkalinity (CaCO3), Nitrates, Perchlorate, Nitrite, Phosphate, Trihalomethanes, Haloacetic acids, Lead, Chorine, Settleable Solids, Biochemical Oxygen Demand, Total Suspended Solids, Individual Metals, Total Organic Carbon, Total Suspended Solids, Electrical Conductivity, pH, Total Extractable Hydrocarbons, Gasoline Range Organics (GRO), Diesel Range Organics (DRO), Semi-Volatile Organics and Asbestos for the U.S. Mission and Installation Contracting Command from various locations on Fort Hunter Liggett, CA. To qualify, firms must have the capability to perform laboratory services to accommodate both U.S Environmental Protection Agency (EPA) and California Department of Public Health. The service has historically been provided by a California based laboratory having sampling "routes" that allow it to pick up samples from Fort Hunter Liggett and report results back to the Government typically within 10-15 days. Historical workload indicates that Fort Hunter Liggett requires sampling on a weekly basis (with a couple unscheduled visits based upon the less predictable sampling requirements unique to the installation). The Mission and Installation Contracting Command - Fort Sam Houston, Environmental Contracting Division intends to award one or more BPA(s) resulting from this solicitation to the responsible offeror(s) whose proposal conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following are the two source selection subfactors prospective offerors should address: Technical Subfactor 01: Brief discussion of associated duties, challenges and solutions. Specifically, the offeror shall identify any limiting factors, assumptions made, and exceptions taken to the terms and conditions associated with this action. The offeror should not rephrase or restate the Governments requirements. However, each offeror should clearly identify its understanding of the duties and certifications required to perform the required analysis. Technical Subfactor 02: Quality Control. The offeror shall provide proposed quality control procedures in the form of a brief Quality Control Plan (QCP) that will be employed in support of the sampling, testing, and analysis. Offerors shall submit a response that is self-sufficient and responds directly to the requirements identified in this combined synopsis/solicitation and the attached PWS. The response should consist of two (2) volumes (under separate file names). The volumes are: Volume I - Technical Submission, and Volume II - Price Submission. Volume I - Technical Submission technical submission shall address both technical factors (discussion of associated duties, challenges and solutions; and quality control) and shall not exceed 10 pages in length (collectively) for each offeror. Award will be made to offeror(s) who are deemed responsible in accordance with FAR, whose proposal conforms to the requirements, and whose proposal represents the Lowest Price Technically Acceptable (LPTA) solution. Unreasonable or unbalanced proposed prices may be grounds for eliminating a proposal from competition. Each technical subfactor will receive a rating of acceptable or unacceptable. The collective subfactor ratings will be used to determine an overall rating for the factor. However any subfactor that receives an unacceptable rating will result in an overall unacceptable rating for the factor and will not be eligible for award. Volume II - Price Submission will be based upon the attached CLIN schedule. The evaluated price for each CLIN is the aggregate price proposed for the CLIN multiplied by the quantity specified in the attached pricing schedule. The sum of all CLIN prices represents the total evaluated price. Offerors that omit prices for one or more CLINs may not be considered for award. Interested vendors wishing to respond to this solicitation shall provide all responses, quotes, comments, and questions shall be submitted to the Contract Specialist and Contracting Officer in writing. Quotes are required to be received no later than 4:00 PM CDT, Friday, 15 June, 2012. Performance is expected to commence in June 2012. Contracting Office Address: Office Address: Mission and Installation Contracting Command - Fort Sam Houston, 2205 Infantry Post Road, Fort Sam Houston, TX 78234-1361. Place of Performance: Performance location for sampling (and sample pick up) services is Fort Hunter Liggett. Fort Hunter Liggett is a U.S. Army military reservation located in Monterey County, California. Point of Contacts: Luis Trinidad, Contracting Officer, Phone: 210-466-2130, Email: luis.o.trinidad.civ@mail.mil Christopher White, Contract Specialist, Phone: 210-466-2135, Email: christopher.a.white4.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b31230c6ecc355f11ff3eb496f9e6f7)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02749458-W 20120518/120516235728-0b31230c6ecc355f11ff3eb496f9e6f7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.