SOLICITATION NOTICE
H -- Water Sample Testing for SPD, Dental and Endoscopy. VOSB set-aside
- Notice Date
- 2/12/2020 9:03:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0187
- Response Due
- 2/24/2020 8:59:59 PM
- Archive Date
- 03/25/2020
- Point of Contact
- Stefanie Carterstefanie.carter3@va.gov
- E-Mail Address
-
stefanie.carter3@va.gov
(stefanie.carter3@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- Combined Synopsis Solicitation West Haven Connecticut VAMC Water Testing Services (i) 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. (ii) The solicitation number is 36C24120Q0187 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This requirement is being issued for Veteran Owned Small Business set-aside. The associated NAICS code is 541380, Testing Laboratories and the small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award to collect and test water samples from the reverse osmosis and deionization system at the West Haven VAMC. See the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Bacteria test Contract Period: Base 84.00 EA __________________ __________________ 0002 Total Organic Carbon (TOC) Test Contract Period: Base 84.00 EA __________________ __________________ 0003 Ph Test Contract Period: Base 84.00 EA __________________ __________________ 0004 Endotoxins (LAL) Test Contract Period: Base 84.00 EA __________________ __________________ 1001 Bacteria test Contract Period: Option Year 1 84.00 EA __________________ __________________ 1002 Total Organic Carbon (TOC) Test Contract Period: Option Year 1 84.00 EA __________________ __________________ 1003 Ph Test Contract Period: Option Year 1 84.00 EA __________________ __________________ 1004 Endotoxins (LAL) Test Contract Period: Option Year 1 84.00 EA __________________ __________________ 2001 Bacteria test Contract Period: Option Year 2 84.00 EA __________________ __________________ 2002 Total Organic Carbon (TOC) Test Contract Period: Option Year 2 84.00 EA __________________ __________________ 2003 Ph Test Contract Period: Option Year 2 84.00 EA __________________ __________________ 2004 Endotoxins (LAL) Test Contract Period: Option Year 2 84.00 EA __________________ __________________ 3001 Bacteria test Contract Period: Option Year 3 84.00 EA __________________ __________________ 3002 Total Organic Carbon (TOC) Test Contract Period: Option Year 3 84.00 EA __________________ __________________ 3003 Ph Test Contract Period: Option Year 3 84.00 EA __________________ __________________ 3004 Endotoxins (LAL) Test Contract Period: Option Year 3 84.00 EA __________________ __________________ 4001 Bacteria test Contract Period: Option Year 4 84.00 EA __________________ __________________ 4002 Total Organic Carbon (TOC) Test Contract Period: Option Year 4 84.00 EA __________________ __________________ 4003 Ph Test Contract Period: Option Year 4 84.00 EA __________________ __________________ 4004 Endotoxins (LAL) Test Contract Period: Option Year 4 84.00 EA __________________ __________________ Total _________________ __________________ (vi) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, lodging, and other services necessary to collect and test water samples from the reverse osmosis and deionization system in accordance with the attached Performance Work Statement. (vii) The Place of Performance is the West Haven Connecticut VAMC, 950 Campbell Avenue, West Haven, CT 06516 and the Newington Campus at 555 Willard Avenue, Newington, CT 06111. The period of performance shall be from the date of award (approximately 3/1/2020) for 12 months and 4 option years. (viii) Provision at 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018) - Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016). Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quoters received after the due date and time shall not be considered. (2) Quoters shall submit their quotes electronically via email to Stefanie.carter3@va.gov . (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 2/18/2020 by 12:00pm EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement in addition to the following addenda s to the provision Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or quotes.��Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.��The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:� Price (Follow these instructions): Quoter shall complete the attached Price Schedule (above), with Quoters proposed contract line item prices inserted in appropriate spaces.� Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant).� Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.232-72 Electronic Submission of Payment Requests (NOV 2012). 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (End of Clause) 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of clause) 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more Veterans; (ii) The management and daily business operations of which are controlled by one or more Veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is so listed in the Vendor Information Pages (VIP) database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to also apply to a VA verified and VIP-listed VOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all VOSB set-asides and sole source contracts. (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from eligible Veteran-owned small business concerns. Only VIP-listed veteran-owned small business concerns (VOSB) may submit offers in response to this solicitation. A VIP-listed service-disabled Veteran-owned small business concern will be considered a VIP-listed Veteran-owned small business concern for this purpose and must also meet the criteria identified in paragraph (a)(1). Offers received from concerns that are not VIP-listed Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed Veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible VOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed VOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB/VOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, a VOSB agrees that in the performance of the contract, the VOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed VOSBs are considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed VOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed VOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver is described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed VOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed VOSBs. (5) Subcontracting. Any work that a VIP-listed VOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6.] (e) Joint ventures. A joint venture may be considered a VOSB is listed in VIP and if the joint venture complies with the requirements in 13 CFR 125.18, provided, that any reference therein to service-disabled Veteran-owned small business concern (SDVO SBC[), shall also apply equally to a veteran-owned small business (VOSB) and is to be construed for the VA as only a VIP-listed VOSB. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled Veteran-owned small business concerns and the VA Veterans First Contract Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. (End of clause) 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes 852.219-11. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable for West Haven VAMC New Haven County WD 15-4127 (Rev.-13) and Newington VAMC Hartford County WD 15-4119 (rev.12) were first posted on https://beta.sam.gov/wage-determination 12/23/2019), 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 2/24/2020 at 1:00 PM EST. RFQ responses must be submitted via email to: stefanie.carter3@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Stefanie Carter (stefanie.carter3@va.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2fd685f1343f44b8acb770463cfd6386/view)
- Place of Performance
- Address: West Haven VAMC;Newington VAMC;See attatchments for address details 06516, USA
- Zip Code: 06516
- Country: USA
- Zip Code: 06516
- Record
- SN05560259-F 20200214/200212230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |