Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2016 FBO #5451
SOLICITATION NOTICE

F -- 2016/2017 MONTHLY ANLYTICAL SERVICES

Notice Date
10/24/2016
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A17PS00016
 
Response Due
10/26/2016
 
Archive Date
11/10/2016
 
Point of Contact
WILLIAMS-JAMES, CHARMAINE
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 14.80.201. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A17PS00016 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment and supervision, transportation and incidentals necessary when obtaining monthly analytical services for routine and special sampling of the small community drinking water systems within the Navajo Nation. There are 39 BIE/BIA Bureau-operated water systems from treated drinking samples collected with the distribution taps and source water collection points prior to treatment. United States Department of the Interior NAVAJO REGIONAL OFFICE BUREAU of INDIAN AFFAIRS P. O. Box 1060 Gallup, New Mexico 87305-1060 Analytical Service Contract for Drinking Water Monitoring Calendar Year 2016/2017 (November 1, 2016 ¿ October 31, 2017) The purpose of this contract is to obtain analytical services for routine and special sampling of the small community drinking water systems within the Navajo Nation. There are 39 Bureau-operated water systems from treated drinking water samples collected within the distribution taps and source water collection points prior to treatment. BIA/BIE Water System Operators will be responsible for the collection of the monthly drinking water samples and shipment to a certified laboratory for analyses. Each calendar year a schedule of sample collection and their analytical protocol are issued by the US Environmental Protection Agency (USEPA), Region IX and Navajo Nation Environmental Protection Agency (NNEPA), Public Water Systems Supervision Program (PWSSP) in accordance with the Safe Drinking Water Act (SDWA). These services are necessary for ongoing monthly bacteriological analyses to stay in compliance with Public Law 93-523, SDWA enforced by USEPA/NNEPA. BIA as the owner/operator must comply with the schedule. The analytical support contract services all small community drinking water systems owned/operated by BIA on the Navajo Indian Reservation. Contract Requirements: Drinking Water Samples: 1. BIA will establish each protocol in accordance with the USEPA and NNEPA schedules. 2.Contracted Laboratory must be able to provide analytical services to support the Public Drinking Water Systems and specialized program requirements. 3.Each year and every month the systems schedule may change and is in accordance with the USEPA and NNEPA schedules. 4.The Contracted Laboratory shall be expected to conduct Analytical Methodology approved by USEPA/NNEPA SDWA protocol as stated in the Standard Methods for the Examination of Water and Wastewater, 18th Edition and 19th Edition American Public Health Association, either edition may be used. 5.The Contracted Laboratory shall, upon request, provide analytical request forms, sampling containers/appropriate labels, sample preservation (holding time) requirements and sampling protocol in accordance with the SDWA requirements. 6.The samples shall be collected by BIA/BIE Water System Operators and hand delivered/shipped to the contracted laboratory from a commercial carrier shipper as agreed by the contracted laboratory. The contracted laboratory shall establish a means of shipping to satisfy and ensure holding times are not exceeded. 7.The contracted laboratory shall supply the sampler with a system of communication ensuring contact with a person knowledgeable of BIA/BIE samples twenty-four hours a day, all seven days of the week (24/7). 8.The contracted laboratory shall perform Microbiological analyses on Bureau-operated water systems as required under the ¿Safe Drinking Water Act ¿ (SDWA) enforced by the United States Environmental Protection Agency (USEPA) and Navajo Nation Environment Protection Agency (NNEPA). Locations are shown on the attached analyses sheets. The required parameters are identified individually or by agency. 9.The contracted laboratory shall perform monthly analyses for Microbiological contaminant on drinking water samples collected within the distribution. Also, there may be times when water samples are collected from source (well) samples prior to treatment. 10.If the contracted laboratory finds a routine sample positive for Total Coliform the sample must be analyzed for Fecal coliform/E. coli bacteria. The contracted laboratory shall be responsible for informing the water system operator/technical representative of positive sample and provide instructions for repeat sampling. DESM has to follow USEPA/NNEPA protocol to collect (4) repeat and any source (wells) sample that is positive for coliform bacteria. 11.There also could be insistences of special sampling for Bacteriological depending on the water systems and the request from USEPA/NNEPA. 12.Period of Performance: Base period of performance to start November 1, 2016 ¿ October 31, 2017. OTHER REQUIREMENTS: A.Laboratory Certification: At minimum, the laboratory will be certified by a State. It is preferred that the contracted laboratory currently participates in the USEPA Performance Evaluation Test Program and has some proof of performance. A copy of all certifications will be submitted with the bid proposal. ALL CERTIFICATIONS MUST BE CURRENT AND IN PLACE. B.Receipt of Samples: BIA/BIE personnel will either hand deliver or ship the samples to the contracted laboratory from a commercial carrier shipper as agreed upon by the contractor. A drop point will be established where a message/courier will take custody of the samples and ensure delivery to the lab. If the samples are to be shipped, a drop point will be established where a message/courier will take custody of the samples an ensure delivery to the lab from the nearest commercial/shipper with the lab establishing special protocols to ensure holding times are not violated. The contractor shall provide a lump sum shipping cost based on the number of samples to be collected and the estimated weight. C.Project Initiation: The successful bidder shall contact the COR/Technical representative within 72 hours of award to arrange a technical meeting. At this first meeting, the contracted laboratory will present their generic Health and Safety Plan (HASP) for the project; the organizational and team structure; work plan; and a schedule to accomplish the work within the time specified along to include their plan for contingencies. D.Reports of Analytical Results: 1.Individual laboratory reports shall be provided to show Lab.#, date received. Analytical results shall indicate Presence or Absence of the Microbiological contaminate. E.General Reporting: The original report shall be provided to the BIA, Navajo Regional Office, Division of Environmental & Safety Management (DESM) only. All final reports will be certified by the Laboratory Manager. F.Invoicing: The invoices shall be submitted on a Monthly Basis; January ¿ December with information summarized; Detailed breakdown of each Agency and each Agency location, show Contract #, dates samples collected, lab numbers, sample type & cost, location names and total number of samples to the following address; BIA, NRO, Division of Environmental & Safety Management, P.O. Box 1060, Gallup, New Mexico 87305. The contractor shall be required to accept the Federal Government Charge Card to allow for payment as established under the Government Charge Card requirements. Contact Person/Technical Representative; Genevieve Henry (505) 863-8476. G.The Contracted Laboratory is required to be located within the 150 miles radius, as Gallup, NM, being the origin. This requirement is necessary to allow for holding times and delivery of samples to meet both USEPA standards and Emergency response requirements. BIA as the owner operator of 39 small community drinking water systems is responsible for assuring compliance with the Safe Drinking Water Act. This includes 24 hour Consumer Confidence notification to system users for exceedance of any SDWA standard. Therefore, in the event of a drinking water sample found to be positive of E. coli bacteria emergency response will be necessary for the protection of the students, employees, and other users, to provide 24 hour notification to users on an expedited protocol. This will mean the receipt of samples on a same day basis and possible delivery by staff within the working day; to exceed this distance will prevent BIA from meeting these requirements Task IV - Evaluation Criteria: Proposals from contractors shall contain the following information: ¿Qualifications: Laboratory must be certified by a State, under the USEPA Contract Lab Program, or have proof of USEPA affiliation in accordance with the USEPA Performance Evaluation Test Program. ¿Project Manager Resume of past work and qualifications. ¿Selection of the contractor shall be based on Best Technical Approach and a responsive bid package which meets the needs of the government and best value. Quote Submission Information: To be considered for award, vendors must quote on all items/services listed in the solicitation. Quote submission must include the following items: 1.Section 17a, 23, 24, 30a, 30b, and30c completed per the attached SF 1449 document (include DUNS number on form) 2.Fill out attached Copy of 2016-2017 Samples Monthly Vendor Filler (put all dollar amount of this document with totals and requested on the spreadsheet). Provide your quote with taxes if applicable. 3.IEE Representation Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. INVOICE SUBMISSION AND PAYMENT: The Contractor shall comply with the DOI clause entitled ¿ Electronic Invoicing and Payment Requirements- Invoicing Processing Platform (IPP) (April 2013) ¿ located in the Provisions CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.222-19; 52.222.19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.225-1; FAR 52.232-36 Payment by Third Party; FAR 52.232-40 Providing Payment to Small Business; FAR 52.211-16 Variation of Quantity; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 1452-204-70 Release of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management; DOI Electronic Invoicing Electronic Invoicing and Payment Requirements-Invoicing Processing Platform (IPP) (April 2013).; 1452.204-70 RELEASE OF CLAIMS; 1452.28-1 Notice to Indian Small Business Economic Enterprises Set Aside; 1452.28-2 Notice to Indian Economic enterprises set aside; 1452.280-3 Subcontracting limitations; 1452.280-4 Indian economic enterprises representation; 1452.280-4 Indian Economic Enterprise representation Form.. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. The Federal Acquisition Regulation clauses and provisions are available in the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer. Signed and dated Quotes, along with a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Charmaine Williams-James, P.O. Box 1060, Gallup, New Mexico 87305 by local time on October 26, 2016 at 5:00 pm (Gallup, NM time). Quotes submitted by facsimile and emails will be accepted. Any further questions regarding this announcement may be directed to Charmaine Williams-James, Contract Specialist, at (505) 863-8227, by fax at (505) 863-8382. Email: charmaine.williams-james@bia.gov. All contractors submitting quotes must be registered in the SAM www.sam.gov in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00016/listing.html)
 
Record
SN04311407-W 20161026/161024234459-15bf1956f3546606a105ac36e25501be (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.