SOLICITATION NOTICE
F -- SACN, Water System Laboratory Analysis BPA Setup
- Notice Date
- 1/4/2024 8:43:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6024Q0004
- Response Due
- 1/31/2024 11:00:00 AM
- Archive Date
- 02/15/2024
- Point of Contact
- Kircher, Adam, Phone: (402) 661 - 1606
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SACN, Water System Laboratory Analysis BPA Setup 140P6024Q0004 (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; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6024Q0004, for the performance of Water Testing for St. Croix National Scenic Riverway (SACN), in accordance with the provided Scope of Work (SOW). The Solicitation Number is 140P6024Q0004 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Businesses (SB) competition in accordance with 52.219-6 Notice of Total Small Business Set-Aside., under NAICS Code 541380 - Testing Laboratories and Services with a small business size standard of $19.0M. (v) Line items: SACN, Water System Laboratory Analysis BPA Setup - 5 Year BPA (vi) The acquisition is for a Blanket Purchase Agreement (BPA) for a term of five years from June 1, 2024, until May 31, 2029, or a maximum purchase amount of $20,000.00. The contractor will be required to provide all management, supervision, test analysis, and courier service (for water sample pick up) for the St. Croix National Scenic Riverway. The contractor shall be certified with the State of Wisconsin Department of Agriculture, Trade and Consumer Protection Department and provide hard copy analytical reports (within 10 business days) of all samples analyzed to the contracting officer's representative. Products and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: Blanket Purchase Agreement (BPA) for a term of five years from June 1, 2024, until May 31, 2029, or a maximum purchase amount of $20,000.00. Location: St. Croix Visitor Center and Headquarters Building: 401 North Hamilton St., St. Croix Falls, WI. National Park Service Maintenance Shop W5487 State Highway 63, Trego, WI 54888 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions). Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before January 24, 2024, at 1:00 pm CST. All questions will be answered in an Amendment to this solicitation and posted on or about January 26, 2024. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-53, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2. DOL Wage Determination (Polk) 3. DOL Wage Determination (Washburn) 4. Price Proposal Form 5. SF-18 (Terms and Conditions) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before January 31, 2024, at 1:00 pm CST. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contract Specialist DOI, National Park Service - Contracting Operation Central (ConOps-Central) Major Acquisition Buying Office - MWRO Phone: 402-800-8120 Email: adam_kircher@nps.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bfea6aca5d5f4689944f44529b0487d4/view)
- Place of Performance
- Address: 401 N Hamilton Street, St., Croix Falls , WI, USA
- Country: USA
- Country: USA
- Record
- SN06926657-F 20240106/240104230037 (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 |