SOLICITATION NOTICE
H -- Chemical Testing of Coal Samples - PWS/Solicitatioin/Bid Schedule
- Notice Date
- 7/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0190
- Archive Date
- 9/2/2011
- Point of Contact
- Brian J Long, Phone: 9375224589
- E-Mail Address
-
brian.long@wpafb.af.mil
(brian.long@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Reps and Certs (ONLINE PREFERRED BUT IF NOT ONLINE SUBMIT THIS FORM) If online state that in proposal PWS Bid Schedule Solicitation Chemical Testing of Coal Samples FA8601-11-T-0190 The U.S. Air Force requires an experienced provider to furnish all services for laboratory services for performing chemical analysis on bituminous and sub-bituminous coal. The analysis is required under federal and state statutes when using the coal as a fuel to provide heat to a facility. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Performance Work Statement, attachment 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. The solicitation number is FA8601-11-T-0190 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-53, Effective 5 July 2011. The proposed acquisition is The proposed acquisition is a 100% Small Business Set-Aside. Any offeror capable of providing the required services as described in the PWS is eligible to submit a quotation. The NAICS Code is 541380 and the size standard is $12,500,000. Please fill out the attached Bid Schedule, attachment 3, and return with your final proposal. This RFQ has one line item: CLIN Period of Performance (POP) Item 0001 1 December 2011 to 30 November 2012 The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to perform chemical testing of coal samples as specified in the attached Performance Work Statement (PWS) and attached Bid Schedule 1001 Option Year 1 1 December 2012 to 30 November 2013 The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to perform chemical testing of coal samples as specified in the attached Performance Work Statement (PWS) and attached Bid Schedule 2001 Option Year 2 1 December 2013 to 30 November 2014 The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to perform chemical testing of coal samples as specified in the attached Performance Work Statement (PWS) and attached Bid Schedule 3001 Option Year 3 1 December 2014 to 30 November 2015 The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to perform chemical testing of coal samples as specified in the attached Performance Work Statement (PWS) and attached Bid Schedule 4001 Option Year 4 1 December 2015 to 30 November 2016 The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to perform chemical testing of coal samples as specified in the attached Performance Work Statement (PWS) and attached Bid Schedule Proposals must contain the following: - Price quote - All Requirements listed in the attached PWS - Evidence of completed Representations and Certifications Contractor evaluation and potential to be selected for award will also be based on the 4 following critical items to ensure contract execution and quality assurance: 1. ) Is the contractor able to provide 24-hr per day, 7 days/week notification capabilities? Availability - Performance Work Statement 2.2 - Very rarely it will be necessary to obtain results immediately upon completion of analysis. Additionally the base may need to get a sample to the lab on a weekend due to a problem with the equipment. Both these cases will require us to be able to obtain contact with the lab to make sure analysis gets underway immediately. 2.) Is the contractor familiar with each of the analytical methods listed in the PWS? Certifications/Qualifications - Performance Work Statement 4.3- Analysis of coal uses common methods that have been selected by US EPA. Due to the dusty nature of coal some labs will use methods not approved by US EPA. It is absolutely necessary for approved methods to be used for analysis of base samples. 3. ) Does the contractor participate in any of the laboratory accreditation programs listed in the PWS? QA/QC Sampling Qualifications - Performance Work Statement 4.4-It is important that the lab that is awarded the contract have a strong quality control program. Since there is no certification program for coal analysis, we must rely on a voluntary QC certification programs within the industry. Labs must follow procedures developed by these organizations to be considered acceptable. 4.) Past Experience The contractor having prior experience analyzing coal is preferred. There are specific requirements for analyzing coal, such as having a room which is used solely for the coal grinding and sample preparation. The facility should have these capabilities already in place in order to handle analysis of base samples. These 4 critical items that are being evaluated shall be met by the contractor and explained specifically in the Contractor's proposal. These items are required for possible consideration of an award of this service and must be explained thoroughly on how they will be met. These 4 critical items shall be provided along with the proposals turned in by the offeror. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Quotations shall be accompanied by a completed FAR 52.212-3, Offeror Representations and Certifications (May 2011) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the PWS, attachment 2, hereto. Quotation shall provide a point-by-point comparison to each item listed in the PWS. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. 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 payment (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 http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (Apr 2008) 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Commercial Items (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be: - Price - Ability to comply with the requirements of the PWS, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt I (Apr 2002) 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far ) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2011) (The clauses that are check marked as being applicable to this purchase are: -52.219-6 Notice of Total Small Business Set-Aside (June 2003) -52.219-28 Post-Award Small Business Program Representation (Apr 2009); -52.222-3 Convict Labor (June 2003); -52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); -52.222-41 Service Contract Act of 1965 (Nov 2007); -52.223-18 Contractor Policy to Ban Tex Messaging While Driving (Sept 2010) - 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) -52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) [End fill in for 52.212-5]; 52.217-9 Option to Extend the Term of the Contract (March 2000) 52.232-18 Availability of Funds (April 1984) 52.233-3, Protest After Award (Aug 1996) 52.247-34, FOB-Destination (Nov 1991) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989): In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Laboratory Technician $19.48 The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 (Alt A), Required Central Contractor Registration (Sep 2007) 252.212-7001Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jun 2011): [The clauses that are check marked as being applicable to this purchase as: - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) - 252.247-7023 Transportation of Supplies by Sea (May 2002), with Alt III (May 2002) [End fill in for 252.212-7001]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far ) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201: Ombudsman (April 2010) [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks., Jr., ASC/AQ, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel 937-255-8642, email: howard.marks@wpafb.af.mil] [End fill in for 5352.201-9201] 5352.223-9001 Health and Safety on Government Installations (Jun 1997) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/ Attachments to the announcement: 1. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items - May 2011 (Return with quotation) 2. Performance Work Statement (PWS) Quotations AND completed representations and certifications are due by 1:00 p.m. (EST), August 18th 2011 to: Brian J. Long ASC/PKO Fax is 937-656-1412 (ATTN: Brian Long). E-mail is brian.long@wpafb.af.mil Mailing Address: ATTN: Brian Long ASC/PKO 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Brian Long at brian.long@wpafb.af.mil (Preferred Method of contact)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0190/listing.html)
- Record
- SN02516120-W 20110731/110729235704-6aaf5f929a5f8e74f784d1c527ccad6e (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 |