Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
MODIFICATION

H -- Laboratory Analysis

Notice Date
8/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
436CONSBPAANALYSIS
 
Archive Date
8/26/2010
 
Point of Contact
SHARON D. M. FRASIER, Phone: 302 677-5218/5104
 
E-Mail Address
sharon.frasier@dover.af.mil
(sharon.frasier@dover.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and 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 announcement constitutes the only solicitation; quotes 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 2005.36 and DFARS Change Notice 10300315. North American Industry Classification System Code 541380 with Size Standard 12 million dollars applies to this procurement. The reference number is 436CONSBPAANALYSIS. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offer or Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Wide Area Workflow is the Dept. of the Air Force’s mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Each quote must include an electronic copy of any system/component warranty documents. Best value will be the deciding factor for the award. Description of requirements: The contractor shall provide Dover AFB with laboratory analysis of solid waste samples, wastewater samples, non-potable water samples and drinking water samples. The contractor shall ensure the laboratory will be fully certified by the Environmental Protection Agency (EPA) to perform all required analyses and will be a participant in the EPA Quality Control Assurance Program. Attachment 1 – Statement of Work (dated 28 July 2009) Attachemnt 2 - Price List Attachment 3 – Wage Determination FOB: Dover AFB, DE 19902 The following clauses and provisions apply to this solicitation: DFARS 252.204-7003, Control of Government Work Product DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.223-7001, Hazard Warning Labels DFARS 252.225-7001, Buy American Act and Balance of Payment Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman AFFARS 5352.242-9000, Contractor Access to Air force Installations AFFARS 5352.223-9001, Health and Safely of Government Installations FAR 52.212-3, Offeror Representations and Certifications FAR 52.212-4, Contract Terms and Conditions FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-41, Service Contract Act of 1965 FAR 52.223-3, Hazardous Material Identification and Material Safety Data FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.232-36, Payment by Third Party FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-26, Equal Opportunity FAR 52.222-25, Affirmative Action Compliance FAR 52.222-22, Previous Contracts and Compliance Reports Written quotes must be received no later than 22 July 2010, at 4:00 pm EST. Quotes may be e-mailed to sharon.frasier@dover.af.mil ; fax accepted at (302) 677-2309. If you have questions, please contact Sharon D. M. Frasier via email or telephone at (302)677-5218. Alternate contact is Ms. Kazzandra Dexter at (302) 677-5042 or email kazzandra.dexter@dover.af.mi l. THE RESPONSE DATE HAS BEEN CHANGED FROM "22 JUL 10" TO "29 JUL 10". *THE RESPONSE DATE HAS BEEN CHANGED FROM "29 JUL 10" TO "6 AUG 10". The following responses to questions are provided below. Further questions will not be accepted after 5 August 2010, 2:00 p.m. EST. Question: "It is required that the contracted lab provide all bottles, coolers etc. Below that requirement it also states that the lab is responsible for packing the samples. Looking for some clarification on that. Typically we will send out a sampling kit for a set of parameters to be tested. In the kit we include a prepaid FedEx Overnight shipping label. The sampler is only required to place ice packs or ice in the kit. They have the flexibility with our return program to call us to schedule the FedEx pick-up, drop the sample off at a FedEx facility if that is more convenient, or if there is a routine daily FedEx pick-up (which in this case I’m sure there would be) to go that route. I would assume that our normal way of doing would suffice but I wanted some clarification from you on this." Response: " The laboratory is responsible for picking up the samples or for delivery to Fed Ex. " Question: " There are a lot of conflicting statements about turnaround time (TAT)in the Statement of Work. In certain areas, the request is for 5 working day TAT but section 6 defines routine samples as being due in 15 calendar days and emergency samples in 7 calendar days. Yet further specific sections request a standard TAT as 7 calendar days. There is little consistency which could have a major influence on pricing given increased surcharges for the expedited requirements. Response: " In the statement of work, 5 working days is equivalent to 7 calendar days. For pricing, emergency is 7 calendar days, routine is 15 calendar days. However, for some items, routine is emergency (or 5 working days/7 calendar days) as outlined in section 6 of the statement of work. Therefore, the pricing for those items should only be for the 7 calendar days." Question: " What sample volume or dollar amount would be a reasonable estimate for this scope of work?" Response: " normally $10-$15K" Question: " Do you want TCLP Herbicides to be included in the price for TCLP organics?" Response: " The TCLP parameters associated with herbicides should be include with the TCLP for pesticides." Question: " Is this RFQ set aside for Total Small Business? The side bar indicates that the set aside is N/A. I did not see a Standard Form 1449, is there one associated with this RFP?" Response: " It was not set aside. An SF 1449 with the RFQ is not required." Further questions will not be accepted after 5 August 2010, 2:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/436CONSBPAANALYSIS/listing.html)
 
Record
SN02230380-W 20100807/100805235538-21b87d0937a6dee61a1ae972d01d5b61 (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 |
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.