Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

Q -- Analytical Testing Laboratory Services - Performance Work Statement and Technical Exhibit

Notice Date
12/16/2011
 
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
FA8601-12-A-0018
 
Point of Contact
Andre D. White, Phone: 9375224540
 
E-Mail Address
andre.white@wpafb.af.mil
(andre.white@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Exhibit 1 Performance Work Statement - Chemical Analytical Testing The Contracting Officer has determined that a Blanket Purchase Agreement (BPA) may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: a. The BPA is written for a period of 5 years and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this five (5) year period. b. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. Anytime during the 5-year period, the contractor can submit a request to increase or decrease its prices. Price lists are valid for a specific period of time, for example, 1 Jan 12 through 31 Dec 12. c. All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the BPA. CCR can be accessed at https://www.bpn.gov. Prior to BPA award, your company must be registered in CCR. d. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information. Company name, Company address, Company telephone number, Line of business, Chief executive officer/key manager, Date the company was started, Number of people employed by the company, Company affiliation. This is a combined synopsis/solicitation to procure all personnel, equipment, tools, materials, supervision, other items and non-personal services necessary to perform analytical testing of samples for organic, inorganic, conventional, general chemical and radioanalytical laboratory services. This solicitation was prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This acquisition will use Full and Open Competition under North American Industry Classification System Code 541380. Size standard is $12,000,000. The method of payment is Governmentwide Commercial Purchase Card. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a minimum of three firm-fixed-price Blanket Purchase Agreements. Requirements Contractors must agree to adhere to the requirements of the Performance Work Statement, dated 21 November 2011 and also provide the following: 1. Provide pricing for each available test in Exhibit 1 2. Provide an electronic copy (PDF or equivalent) of the most recent analytical proficiency test results (2) from professional and/or governmental testing agencies for each area of interest, i.e. drinking water, RCRA, IH, etc. 3. Provide a copy of all applicable professional accreditations and state certifications 4. Provide an example of a final electronic report containing sample results (PDF or equivalent) for each area of interest (not necessarily each compound). 5. Statement identifying the time frame required by the contractor (number of weeks, days, etc) to develop electronic data deliverables (EDD) in excel or a fixed position text file format to enable uploading results into the USAFSAM/OEHTA's laboratory information management system. 6. Provide a copy of their Laboratory Quality Assurance Manual/Plan. 7. Provide a copy of the resume for the Quality Assurance Manager(s), Technical Manager(s) and Project Chemist(s). a. The Quality Assurance Manager(s) and Technical Manager(s) must meet all requirements of the professional or governmental certifying and/or accrediting bodies AND have at least one year of combined experience in the laboratory and must have at least four years of nonacademic experience and knowledge in the sampling and analysis of environmental media, and associated quality assurance. The QAM shall have documented training in statistics. Training in quality control procedures is strongly encouraged. b. The Project Chemist must have at least two years of experience in analytical testing and knowledge of environmental sampling relevant to the project. As applicable to the specific project, the Project Chemist must also have at least one year of combined experience in the laboratory to include knowledge of environmental or industrial hygiene analytical chemistry methodologies, remedial process chemistry, chemical fate and transport, and experience in the sampling and analysis of toxic/hazardous chemicals in environmental matrices. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award Blanket Purchase Agreements resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Completed Price list 5) Applicable discounts 6) Timeframe that the price list is valid 7) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. 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. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. ATTN: The following Clauses and Provisions apply: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-3, Representations and Certifications The following clauses are incorporated and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -Price Adjustment FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-CCR FAR 52.232-36, Payment by Third Party DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-A-0018/listing.html)
 
Record
SN02641119-W 20111218/111216234632-fd968055a02201156119af22507d2232 (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.