SOLICITATION NOTICE
B -- Mercury Deposition Analysis - MDN QA Plan - Statement of Work - Present and Past Performance Form
- Notice Date
- 1/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Environmental Protection Agency, Office of Air and Radiation, OAR/ORIA/R&IE, 4220 South Maryland Parkway, Bldg C, Las Vegas, Nevada, 89119, United States
- ZIP Code
- 89119
- Solicitation Number
- EP10U000028
- Archive Date
- 3/3/2010
- Point of Contact
- Holly S. Pearlman, Phone: 7027848212
- E-Mail Address
-
pearlman.holly@epa.gov
(pearlman.holly@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Present and Past Performance Form Statement of Work Mercury Deposition Network QA Plan This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 dated December 9, 2009. This posting is to inform potential providers that the United States Environmental Protection Agency (US EPA), Office of Radiation and Indoor Environments (R&IE) has a requirement for Mercury Deposition Analysis Services. See attached Statement of Work. In accordance with FAR 19.502-2(a), this requirement is set aside for small business. The North American Industry Classification system code is, 541380 Testing Laboratories, and the size standard is $12.0 million average annual receipts. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. In addition, the following clauses and provisions apply: FAR 52.212-4, Contractor Terms and Conditions-Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following paragraphs checked as applicable: (19), (21), (22), and (38). The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation provisions, offers the best value to the Government. The criteria for evaluation are: 1. At a minimum, the contract laboratory shall be able to fully implement Section 3 of the Mercury Deposition Network Quality Assurance Plan (1997). 2. The contract laboratory shall have direct (performing sample analysis for the network) or indirect (performing comparative analysis for quality assurance purposes) roles, whether past or present, with the Mercury Deposition Network. 3. The contract laboratory shall provide a representative historical list of contracts or orders from USEPA and/or other federal agencies for the purpose of past performance evaluation. The contractor may also provide other forms of documentation which provides information on the laboratory's past performance. Valid past performance is evidence of similar work accomplished within the past three years. Provide three sources of past performance using the attached form. 4. Price. The contractor shall submit a firm fixed-price quote that is inclusive of all costs. All technical evaluation factors are considered to be of equal importance and when combined are more important than price. THE RESPONSE DATE FOR THIS REQUEST FOR QUOTATION IS February 16, 2010, 4:30 PM Eastern Time. Email to Pearlman.holly@epa.gov or fax (702) 784-8201. Quotations (including delivery date) should be sent via e-mail or fax. All offerors are responsible to confirm the successful transmission of electronic data. Late responses will only be considered if it is advantageous to the government. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than February 8, 2010. It is the offerors' responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, attachments and amendments (if any). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award can be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/021d5415783af98877f85be9b3030019)
- Place of Performance
- Address: The site geographical locations shall stay within the confines of the Continental United States., United States
- Record
- SN02052197-W 20100130/100128235249-021d5415783af98877f85be9b3030019 (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 |