MODIFICATION
H -- OPTION - Air Sampling Services
- Notice Date
- 1/16/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 937 North Harbor Drive, San Diego, CA 92132
- ZIP Code
- 92132
- Solicitation Number
- N00244-14-T-0018
- Response Due
- 1/24/2014
- Archive Date
- 7/23/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N00244-14-T-0018 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-01-24 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be San Diego, CA 92135 The FLC - San Diego requires the following items, Meet or Exceed, to the following: Base Period of Performance: 02/01/2014 - 09/30/2014 LI 001: Air Sampling Services Quarterly air sampling services in accordance with the Statement of Work (SOW). Period of Performance: date of contract - September 30, 2014, 3, qtr; Option 1 Period of Performance: 10/01/2014 - 09/30/2015 LI 001: Air Sampling Services Quarterly air sampling services in accordance with the Statement of Work (SOW). Option CLIN Period of Performance: October 1, 2014 - September 30, 2015, 4, qtr; Option 2 Period of Performance: 10/01/2015 - 09/30/2016 LI 001: Air Sampling Services Quarterly air sampling services in accordance with the Statement of Work (SOW). Option CLIN Period of Performance: October 1, 2015 - September 30, 2016, 4, qtr; Option 3 Period of Performance: 10/01/2016 - 09/30/2017 LI 001: Air Sampling Services Quarterly air sampling services in accordance with the Statement of Work (SOW). Option CLIN Period of Performance: October 1, 2016 - September 30, 2017, 4, qtr; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 541380 and the Small Business Standard is $14.0M. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. See Attachment for evaluation criteria Bid MUST be good for 30 calendar days after close of Buy. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Representation Relating to Compensation of Former DoD Officials Alternative Line Item Structure Prohibition of Hexavalent Chromium Levies on Contract Payments Prohibition on Interrogation of Detainees by Contractor Personnel Subcontracts for Commercial Items Pricing of contract modifications Instructions to Offerors -- Commercial Items Offeror Representations and Certifications -- Commercial Items Alt. I Evaluation of Options Reporting Executive Compensation and First-Tier Subcontract Awards Protecting the Government?s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Contract Terms and Conditions -- Commercial Items Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 45 months. WD 05-2057 (Rev.-14) was first posted on www.wdol.gov on 06/25/2013 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2057 Diane C. Koplewski Division of | Revision No.: 14 Director Wage Determinations| Date Of Revision: 06/19/2013 _______________________________________|____________________________________________ State: California Area: California Counties of Imperial, San Diego http://www.wdol.gov/sca.aspx Service contract Act of 1965 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 Payment by Electronic Funds Transfer-- System for Award Management Wide Area WorkFlow Payment Instructions The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 937 North Harbor Drive, San Diego, CA 92132-0060. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Notice of Total Small Business Aside (Nov 2011) Buy American?Free Trade Agreements?Balance of Payments Program Alternate I Buy American?Free Trade Agreements?Balance of Payments Program Certificate Alternate I PLEASE NOTE -- The questions deadline for this solicitation is January 20, 2014 in order to allow sufficient time to answer all inquires -- NO QUESTIONS SUBMITTED AFTER THIS DATE WILL BE CONSIDERED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-14-T-0018/listing.html)
- Place of Performance
- Address: San Diego, CA 92135
- Zip Code: 92135-5017
- Zip Code: 92135-5017
- Record
- SN03269625-W 20140118/140116234717-c16ac61cb5b9c69e8e6b9687537b9b4c (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 |