Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
MODIFICATION

H -- Analytical Lab Services BPA - Mod/Amendment (Draft)

Notice Date
8/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G18Q3843
 
Archive Date
7/27/2018
 
Point of Contact
J. Scott Rinehart, Phone: (817) 886-1080
 
E-Mail Address
jason.s.rinehart@usace.army.mil
(jason.s.rinehart@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Post-Closing Amendment This is a combined synopsis/solicitation for commercial services 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. (i) This requirement is being solicited as a request for quotation (RFQ) under W9126G18Q3843. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. (iii) This solicitation is a 100% Small Business Set-Aside under NAICS Code 541380 – Testing Laboratories with a small business size standard of $15M. (iv) Please refer to Attachment 2 – Bid Schedule for a complete listing on contract CLINS (v) Please refer to Attachment 1 – SOW Analytical Services BPA for a complete description of the requirement. (vi) Dates and locations of reports required through this BPA will be identified on each resulting BPA Call. (vii) The provision at 52.212-1, Instructions to Offerors – Commercial (Jan 2017), applies to this acquisition. (viii) Offers will be evaluated on the basis of price and past performance. Price is more important than past performance. The Government intends to award three (3) Blanket Purchase Agreements resulting from this solicitation to the lowest priced offerors based upon prices provided in Attachment 2 – Bid Schedule. The prices will be evaluated for fairness and reasonableness through a price analysis that compares the offered prices against each other and against an independent government estimate. If not all items are proposed, price analysis will be performed on the proposed items to ensure fairness in selection. Award may not be made to an Offer’s proposal for Laboratory Services that is found to be unbalanced and/or unreasonable low or high. Past Performance Questionnaire (PPQ) forms provided with the solicitation (Attachment 3 – Past Performance Questionnaire) shall be completed and submitted as specified in the Instructions to Offerors. They will be evaluated to assess the degree of confidence the Government has in an Offeror’s ability to supply products and services that meet users’ needs based on a demonstrated record of performance of work similar to the work described in this solicitation. Past performance is less important than price. For an offer to be eligible for award, it must have either a satisfactory or neutral past performance. (ix) Ensure that the Offeror Representations and Certifications portion of your SAM profile is complete. If it is not you may return a completed copy of the FAR Provision at 52.212-3 ALT1 – Offeror Representations and Certifications – Commercial Items (Nov 2017) with your offer. (x) The FAR Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) The FAR clause at 52.212-5 (Deviation), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2018), applies to this acquisition and subparagraph (xii)(A) 52.222-20 is marked as included. (xii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiii) Offers are due no later than 15:00 CST, 01 AUG 2018. (xiv) The POC for this solicitation is Contract Specialist Scott Rinehart at jason.s.rinehart@usace.army.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-06-18 18:00:34">Jun 18, 2018 6:00 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-08-01 15:25:45">Aug 01, 2018 3:25 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18Q3843/listing.html)
 
Place of Performance
Address: Fort Worth, Texas, 76102, United States
Zip Code: 76102
 
Record
SN05017008-W 20180803/180801231943-badd449bb905b045ccc8d678d7e4287d (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.