Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOLICITATION NOTICE

F -- PINN Water Sample Testing - Package #1

Notice Date
12/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140P8418Q0005
 
Archive Date
12/28/2017
 
Point of Contact
Jack Northcutt, Phone: (541) 883-6884
 
E-Mail Address
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Experience & Past Performance Quote Sheet Water Sample Testing Pinnacles National Park Paicines, California This is a combined synopsis/solicitation for water sample testing, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-96 of November 6, 2017. Quotations are requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0005 and is issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small businesses. The North American Standard Industrial Classifications System Code is 541380 with an associated small business size standard of $15 million. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/. DESCRIPTION: Conduct monthly laboratory Coliform tests to insure the absence of Coliforms in the potable water system. In addition, test Raw Water and Nitrate samples as required, and any other tests required by the State of California, and report results within two weeks of submission date. LOCATION: Water samples will be delivered to the Contractor. The samples will be tested at the Contractor's lab. TASKS: The contractor will perform all tests as outlined above and report complete laboratory results Electronic Data Transfer (EDT) to the Monterey Branch State Department of Public Health (CDPH) providing a report of electronic data submittals monthly to the State Water Resource Board and fax monthly reports to Pinnacles National Park. PERIOD OF PERFORMANCE: The base period will start at the time of contract award. Option years, if awarded, will begin on January 1. Base Year: January 1, 2018 - December 31, 2018 O ption Year One: January 1, 2019 - December 31, 2019 Option Year Two: January 1, 2020 - December 31, 2020 Option Year Three: January 1, 2021 - December 31, 2021 Option Year Four: January 1, 2022 - December 31, 2022 PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full) 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards (See Wage Determination 15-5639 (Rev.-4) at http://www.wdol.gov/sca.aspx 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe Benefits GS-1320-09 Chemist, $23.85, $1.55 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 E.O. 13706 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop-Work Order 52.242-17, Government Delay of Work Full text versions of all FAR references and clauses are available at http://farsite.hill.af.mil/vmfara.htm Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. INSTRUCTIONS TO OFFERORS: There are two attachment to the solicitation: Attachment 1 - Quote Sheet and Attachment 2 - Past Performance Questionnaire. Quotations are due by Wednesday, December 13, 2017, 4:00 PM, PST to the attention of: Jack Northcutt, Contracting Officer, National Park Service. Quotations must include the following information: 1. Company name and DUNS number, Contact name, phone number and e-mail 2. Experience & Past Performance Questionnaire - Use Attachment 2 3. Pricing - Use Attachment 1 - Quote Sheet Quotations must be sent to e-mail address: jack_northcutt@nps.gov on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation). Any quotation received after 4:00 pm Pacific Time will be considered late and will not be further considered. DO NOT SEND QUOTATIONS TO OR CONTACT THE DEFAULT CONTRACTING OFFICE ADDRESS IN DENVER, COLORADO. The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: jack_northcutt@nps.gov OFFER EVALUATION(S): 52.212-2, Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the contractor - describe services performed within the last three years, include examples of water tests for total coliform, nitrate and nitrite. Use the Experience & Past Performance Questionnaire or another format. Provide documentation of accreditation by Environmental Laboratory Accreditation Program (ELAP). (ii) past performance - quality, efficiency, effectiveness and timeliness including satisfaction of work as evidenced in the submittal of Attachment 2, Experience & Past Performance Questionnaire (iii) price (use Quote Sheet, Attachment 1) (iv) In addition to evaluation factors i - iii, the Contracting Officer will evaluate certain foreseeable costs incurred by the National Park Service (NPS). These costs will vary with the location of the water testing facility who submits a quote. For the purpose of evaluation only, costs will be added to the offeror's overall quoted price. These elements of foreseeable costs consist of the following: 1) NPS Personnel Costs - Foreseeable costs of travel as indicated below shall be evaluated whenever the location of contract performance is greater than 55 geographical road miles (in accordance with mapquest.com) from Pinnacles National Park. In accordance with policy, staff must also create a travel authorization if traveling over 50 miles, resulting in more time spent preparing for each trip. East Pinnacles is located approximately 40 miles from the nearest towns of Hollister and King City. West Pinnacles is located 10 miles from town of Soledad. NPS field staff will drive round trip from Pinnacles National Park to contractor's place of performance to deliver water samples. All non-cost factors will be evaluated on a pass/fail basis. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price. (b) Options. In accordance with FAR 17.206(b), the Government will evaluate offers for award purposes by adding the total price for options 2 - 5 to the price for the basic requirement (Line 1). Evaluation of options will not obligate the Government to exercise the option(s). (c) 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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8418Q0005/listing.html)
 
Record
SN04759832-W 20171209/171207230923-48c75afd6279661b97df6bcd522d0d87 (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.