Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2020 SAM #6667
SOLICITATION NOTICE

H -- Water Sampling

Notice Date
2/28/2020 11:08:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
FA6703 94 CONF PK DOBBINS AFB GA 30069-4824 USA
 
ZIP Code
30069-4824
 
Solicitation Number
FA670320Q0003
 
Response Due
3/12/2020 12:00:00 PM
 
Archive Date
03/27/2020
 
Point of Contact
Leslie Christoferson, Phone: 6786554584, Patrina Sheffield, Phone: 6786555778, Fax: 6786555612
 
E-Mail Address
leslie.christoferson@us.af.mil, patrina.sheffield@us.af.mil
(leslie.christoferson@us.af.mil, patrina.sheffield@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA670320Q0003 is issued as a request for quotation (RFQ). All FAR references are based off https://www.ecfr.gov, Effective 7 Feb 2020. It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. All FAR and DFAR Clauses may be found at www.ecfr.gov �effective 7 Feb 2020. All AFFAR clauses may be found on https://www.acquisition.gov/affars effective 3 Oct 2019. This procurement is being issued as total small business set-aside under NAICS code 541380 � Testing Laboratories, with a small business size standard of $16.5M average annual receipts. The contractor, on a firm fixed price basis, shall provide all necessary labor, supplies, and equipment to accomplish microbiological testing of water samples for compliance with the Safe Drinking Water Act (Public Law 93-523), Georgia Environmental Protection Division (GEPD) Standards, or other methods specified or required by 94 MSG/SGPB. All work shall be completed in accordance with the Performance Work Statement (PWS), dated 1 February 2020 (ATTACHMENT 1). The period of performance will consist of a Base year, four (4) one-year options plus a six (6) month option period.� The anticipated base year is 01 April 2020 through 31 March 2021. If all options are exercised, performance would conclude 30 September 2025. Please review this solicitation in its entirety including solicitation attachments provided herein and submit an offer for the requested water sampling services as outlined in ATTACHMENT 1, Performance Work Statement (PWS); as indicated in this solicitation. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to Leslie.Christoferson@us.af.mil, with a copy to Patrina.Sheffield@us.af.mil. The provision at 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Submission of offers. Electronic Submission of offers is required and shall be received via email. Offers shall be received in writing by the following: Patrina Sheffield, patrina.sheffield@us.af.mil and Contract Specialist: Leslie Christoferson, leslie.christoferson@us.af.mil not later than 3PM, (EST) 12 March 2020.� Offerors shall submit a clear and complete quote, and include only information that is relevant to this notice. Offerors shall submit their quote using the attached Pricing Schedule (ATTACHMENT 4). At a minimum, the following information shall be included with each offer: 1. The name, address, telephone number and email address of the Offerors point of contact. 2. Remittance Address, if different from the Offeror�s address. 3. Discount Terms (for payments prior to Net 30, if applicable). 4. CAGE Code and DUNS number. 5. Representations/Certifications. Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications � Commercial Items) Offerors shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation (ATTACHMENT 3). 6. Price. Offerors shall submit a firm-fixed priced offer for the entire requirement; partial offers shall not be accepted. Offerors shall provide both the unit price and extended amount (total price) for each period of performance. 7. Exceptions to Terms and Conditions: Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government�s intent to incorporate the offeror�s quote in the resulting award. 8. Amendment Acknowledgement. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically through this site. In such cases, the amendment will include an announcement of the new closing date and time. The offeror MUST acknowledge all amendments issued. Sign, acknowledge, and submit the original amendment for all amendments issued with the offer. 9. Discrepancies. If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the offeror is asking the Contracting Officer to consider as related to the omission or error. The offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussion. 10. Email Format: The subject line of all emails that comprise the quotation shall be formatted as follows: Subject: FA670320Q0003/Company Name/Email X of X (insert number of the email and total number of emails) 11. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers. 12. Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. 13. SAM. �In order for an offeror to be considered for award, the offeror must be registered in System for Management Award (SAM).� Visit the SAM website at https://www.sam.gov/SAM/ for further information The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. (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 factor shall be used to evaluate offers: price (b)� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Price will be examined for reasonableness, realism, and balance. (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. Offerors shall use the Pricing Schedule (ATTACHMENT 4) to submit their pricing for their firm fixed-price quote. (End of Clause) Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (DEC 2019). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. For your convenience all referenced certifications are attached to this solicitation. (ATTACHMENT 3)� The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition.� The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows:� �(a) The Government may extend the term of this contract by written notice to the Contractor 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 66 months. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2019), applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (DEVIATION 2019-O0003) �(15 U.S.C. 644) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)� 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) (31 U.S.C. 3332) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) This Statement is for Information Only:It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits � 30210 � Laboratory Technician / $19.90 -- $4.22 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (EO 13658).� 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (EO 13706).� The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.������ (Jan 2017) 52.204-7 System for Award Management. (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (Apr 84) 252.201-7000, Contracting Officer�s Representative (Dec 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011). 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. (SEP 2014) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) (Section 1038 of Pub. L. 111-84) 252.237-7023 Continuation of Essential Contractor Services. (OCT 2010) 252.237-7024 Notice of Continuation of Essential Contractor Services. (OCT 2010)������� 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea � Basic (FEB 2019) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (JUN 2016) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Lt Col Alaric Jorgensen, HQ ARFC/DSD, 155 Richard Ray Blvd, Robins AFB GA Phone: (478) 327-2440 EMAIL: alaric.jorgensen@us.af.miL. 5352.223-9001, Health and Safety On Government Installations (Oct 2019)� (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations�(OCT 2019)� (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Note that the clause at 252.232-7003 is included in this solicitation.� DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.� All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://wawf.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.� Specific instructions for submitting an invoice for payment will be provided in the award. All responsible organizations may submit a quote, which shall be considered. List of Attachments; Attachment 1 - Performance Work Statement, dated 1 Feb 2020 Attachment 2 - Wage Determination 2015-4471 Rev 14, dated 23 Dec 2019 Attachment 3 - Representations and Certifications, dated 20 Feb 2020 Attachment 4 - Pricing Schedule, dated 20 Feb 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e29ea3a871d4b85a6d83e84d6fb1c8e/view)
 
Place of Performance
Address: Marietta, GA 30069, USA
Zip Code: 30069
Country: USA
 
Record
SN05575587-F 20200301/200228230311 (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 |
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.