MODIFICATION
R -- Laboratory Testing Services For Compliance Water Sampling
- Notice Date
- 11/16/2007
- Notice Type
- Modification
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
- ZIP Code
- 00000
- Solicitation Number
- FA8601-08-T-0004
- Response Due
- 10/22/2007
- Archive Date
- 10/31/2008
- Point of Contact
- Eugene Harvey, (937) 522-4548
- E-Mail Address
-
Email your questions to eugene.harvey@wpafb.af.mil;lynn.jefferies@wpafb.af.mil
(eugene.harvey@wpafb.af.mil;lynn.jefferies@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- LABORATORY SAMPLE ANALYSIS TESTING SERVICES for Wright-Patterson Air Force Base, OH. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented, with additional information included in this notice. This combined synopsis/solicitation and request for quotes is a Full and Open Competition. This announcement constitutes the only solicitation; proposals are being requested and the written solicitation is attached. Reference RFQ FA8601-08-T-0004. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2005-21, effective 7 Nov 07. The North American Industry Classification System (NAICS) code is 541380. This RFQ is being conducted as a commercial item procurement using the Acquisition of Commercial Items and the Simplified Acquisition Procedures (FAR Parts 12 & 13). No paper copies of this solicitation will be provided. a. The RFQ provides for one base year commencing 1 Dec 07. It also includes two option years, as shown in the attached RFQ. Award shall be made to the lowest priced technically acceptable offeror. To be technically acceptable, the offeror must meet the requirements as stated in FAR clause 52.212-2 in the attached RFQ. Submit one paper original and one CD ROM or paper copy. Offer must also include a completed Pricing Schedule attached. Applicable solicitation provisions are FAR Provision 52.212-1, ?Instructions to Offerors ?Commercial.? Award will be based upon best value to the Government considering price and technical acceptability. All offerors shall include with their offers a completed copy of FAR Provision 52.212-3, ?Offeror Representations and Certification-Commercial Items,? and DFARS Provision 252.212.-7000, ?Offeror Representations and Certifications-Commercial Items. ? Those offerors who have completed on-line representations and certifications (ORCA) at http://orca.bpn.gov need only complete Paragraph (l) of FAR Provision 52.212-3. Offerors who have not completed the on-line representations and certifications should complete Paragraphs (b) through (k) of Far Provision 52.212-3. Applicable clauses include FAR Clause 52.212-4, ?Contract Terms and Conditions-Commercial Items,? DFARS Clause 252.212-7001 and the additional FAR clauses cited in FAR Clause 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.? FAR Clause 52.222-41, Service Contract Act of 1965, as Amended ,? and Department of Labor Wage Determination No. 2005-2419 Rev (04), a copy o f which is attached, are also applicable to this acquisition. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. All proposals, including the completed Pricing Schedule, Representations and Certifications, and Central Contractor Registration Information (see below) are due 3:00 PM EDT on 23 Nov 2007 and must be submitted to Eugene Harvey, 88 CONS/PKPB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309. For information concerning this solicitation, contact Euene Harvey at (937) 522-4548 or eugene.harvey@wpafb.af.mil. Four (4) documents, RFQ, PWS, Pricing Schedule, and Department of Labor Wage Determination No. 2005-2419 Rev (04), to this combined synopsis/solicitation are attached at www.pixs.wpafb.af.mil and FedBizOpps (FA8601-08-T-0004). Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. Contractors must provide their DUNS number and CAGE CODE with their packages. All information regarding this acquisition will be posted on the World Wide Web at https://www.pixs.wpafb.af.mil. For more information on "Laboratory Testing Services For Compliance Water Sampling", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5456
- Web Link
-
Laboratory Testing Services For Compliance Water Sampling
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5456)
- Record
- SN01453869-W 20071118/071116223719 (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 |