SOLICITATION NOTICE
H -- PCB and TCLP Analysis
- Notice Date
- 9/1/2020 2:18:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441820Q0027
- Response Due
- 9/15/2020 1:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- Michelle Goss, Phone: 8439633304, Terry Harrelson, Phone: 8439635158
- E-Mail Address
-
michelle.goss.1@us.af.mil, Terry.Harrelson.1@us.af.mil
(michelle.goss.1@us.af.mil, Terry.Harrelson.1@us.af.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS �General Information Title: PCB and TCLP Analysis Document Type: Combined Synopsis/Solicitation Solicitation Number: FA441820Q0027 Posted Date: 1 September 2020 Response Date:� 15 September 2020 Classification Code:� H999 � Other QC/Test/Inspect--Miscellaneous Set-Aside: Unrestricted NAICS Code: 541380 � Testing Laboratories i.�� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of amendments, if any, and other information pertaining to this solicitation. �ii.�� This solicitation/synopsis reference number is FA441820Q0027 and is being issued as a Request for Quote (RFQ). iii.�� This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-07, dated 31 August 2020, and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice effective 5 June 2020. iv.�� This acquisition is unrestricted. The NAICS code is 541380, with a size standard of $16,500,000.00 v.�� Contractors shall submit pricing as shown in Attachment No. 1 � RFQ FA441820Q0027. Each Period of Performance will consist of one CLIN with the unit of measure �lot� and the quantity �1�. The unit price of each type of test will be included in the CLIN description. vi.�� The Contractor shall provide analytical testing of Polychlorinated Biphenyls (PCB) and Toxicity Characteristic Leaching Procedure Metals (TCLP) in accordance with Attachment No. 2, PCB and TCLP Analysis Statement of Work (SOW), dated 22 June 2020. The location of contract performance is Joint Base Charleston � Air Base, South Carolina. Laboratories providing environmental testing services to Navy programs shall be accredited for each applicable test method being provided per OPNAV M-5090.1, dated 10 Jan 2014. Laboratories must be certified by the National Environmental Laboratory Accreditation Program (NELAP) or approved equivalent certification IAW OPNAV M5090.1. Certification must be provided with the contractor�s quote. Due to the sensitivity and complexity of the samples, only responsible sources located within a 20 mile radius of Joint Base Charleston � Weapons Station, Goose Creek, SC that submit a proposal shall be considered. Laboratories must be capable of performing all the required tests within the indicated turn-around time. Testing is required on an as-needed basis. Quantities indicated in the Testing Matrix (SOW) are estimates and not all levels of testing will be completed for each sample. vii.�� Tests must be completed in accordance with the time frames stated in the Attachment No. 2, PCB Analysis SOW Matrix. The period of performance is one (1) base year of 12 months plus four (4) options of 12 months each. �Base period: 1 Oct 2020 � 30 Sep 2021 1st Option: 1 Oct 2021 � 30 Sep 2022 2nd Option: 1 Oct 2022 � 30 Sep 2023 3rd Option: 1 Oct 2023 � 30 Sep 2024 4th Option: 1 Oct 2024 � 30 Sep 2025 viii.�� The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition as specified below. Addendum to FAR 52.212-1 � Instructions to Offerors-Commercial Items Addendum to 52.212-1(b), Submission of Offers. The paragraph is tailored as follows: �Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers must be submitted using Attachment No. 1 � RFQ FA441820Q0027. Offers must also include: Proof of National Environmental Laboratory Accreditation Program (NELAP) certification or approved equivalent certification IAW OPNAV M5090.1; and A complete copy of the representations and certifications at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�. ix.�� The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition as specified below. 52.212-2� �������� Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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: 1. Price � The evaluation process will begin with the calculation of each offeror�s total evaluated price. 2. Technical Acceptability � The Government will evaluate offerors starting with the lowest priced offeror and determining if the vendor�s address is within hand delivery radius of 20 miles as stated in the SOW.�For vendors located outside a 20 mile radius, the Government will add an evaluated price for shipping to and from the vendor�s testing office location.�This evaluation represents a Total Evaluated Price (TEP).�After all offers are evaluated for TEP, offers shall be ranked according to the TEP from lowest to highest.�Starting with the lowest priced TEP offer the Government will review the submitted Proof of National Environmental Laboratory Accreditation Program certification for validity and currency.�If the lowest priced offeror�s NELAP certification is valid and current (technically acceptable), that offeror represents the best value to the Government. The evaluation will stop at that point. If the lowest priced TEP offeror�s NELAP certification is invalid or is not current (technically unacceptable), the evaluation will move to the next lowest priced offeror and continue until the lowest priced offeror is found to be technically acceptable or all offers are evaluated. ����� (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).� This evaluation will take into consideration the TEP described in paragraph (a). ����� (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. (End of provision) x.�� All offerors shall include in their response to this announcement a copy of FAR 52.212-3, Offeror Representation and Certifications-Commercial Item, or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. xi.�� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. � xii.�� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. � xiii.�� The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of clauses and provisions may be accessed electronically at https://www.acquisition.gov/ DFARS 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002�� Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005�� Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003�� Control of Government Personnel Work Product DFARS 252.204-7006�� Billing Instructions DFARS 252.204-7008�� Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.215-7013�� Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7001�� Buy American and Balance of Payments Program DFARS 252.225-7002�� Qualifying Country Sources as Subcontractors DFARS 252.225-7048�� Export-Controlled Items DFARS 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006�� Wide Area WorkFlow Payment Instructions (WAWF instructions will be provided at time of award) DFARS 252.232-7010�� Levies on Contract Payments DFARS 252.232-7017�� Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration DFARS 252.237-7010�� Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001�� Pricing of Contract Modifications DFARS 252.244-7000�� Subcontracts for Commercial Items FAR 52.203-18������������ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.204-16������������ Commercial and Government Entity Code Reporting FAR 52.204-18������������ Commercial and Government Entity Code Maintenance FAR 52.204-22������������ Alternative Line Item Proposal FAR 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 ����������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26������������ Covered Telecommunications Equipment or Services-Representation FAR 52.204-7�������������� System for Award Management FAR 52.209-11������������ Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law FAR 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors FAR 52.212-1�������������� Instructions to Offerors-Commercial Items FAR 52.212-2�������������� Evaluation-Commercial Items FAR 52.212-3 ������������� Offeror Representations and Certifications-Commercial Items (Alternate I) 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 FAR 52.217-8 ������������� Option to Extend Services FAR 52.217-9�������������� Option to Extend the Term of the Contract FAR 52.223-22������������ Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation AFFARS 5352.201-9101 Ombudsman xiv.�� Defense Priorities and Allocations System (DPAS): N/A xv.�� Quotations must be sent to the Government via e-mail to michelle.goss.1@us.af.mil by 15 September 2020 no later than 4 p.m. EST. xvi.�� If you have any questions regarding this combined synopsis/solicitation, please contact Ms. Michelle Goss at (843) 963-3304. Attachments: RFQ FA441820Q0027 FY21 PCB and TCLP Analysis SOW 22 Jun 20
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/81cb48b3a34448babe83fec453bbd6cf/view)
- Place of Performance
- Address: Goose Creek, SC 29445, USA
- Zip Code: 29445
- Country: USA
- Record
- SN05781776-F 20200903/200901230138 (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 |