Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

B -- EPCRA/TRI Report - Performance Work Statement - Wage Determination

Notice Date
2/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N4155714RC022N7
 
Archive Date
3/21/2014
 
Point of Contact
Amber M. San Gil, Phone: 6713664943, JoAnnelle Nededog-Flores, Phone: 6713666603
 
E-Mail Address
amber.sangil@us.af.mil, joannelle.nededog-flores@us.af.mil
(amber.sangil@us.af.mil, joannelle.nededog-flores@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation N4155714RC022N7 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 541620 and the small business size standard is $14M. The following commercial items are requested: CLIN 0001 - 1 EACH Base Period: Preparation of Emergency Planning Community Right-to Know Act (EPCRA) Report in accordance with the PWS. POP 01 April 2014 through 31 March 2015. CLIN 0002 - 1 EACH Option Year 1: Preparation of Emergency Planning Community Right-to Know Act (EPCRA) Report in accordance with the PWS. POP 01 April 2015 through 31 March 2016. CLIN 0003 - 1 EACH Option Year 2: Preparation of Emergency Planning Community Right-to Know Act (EPCRA) Report in accordance with the PWS. POP 01 April 2016 through 31 March 2017. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. 1. Price Quote - Prices must be submitted for CLINS 0001-CLINS 0003. This is an all-or-none request; multiple awards will not be made. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 2. Technical Acceptability - Quotes must include: a. Written statement that demonstrates the offeror's ability to provide the services detailed in the PWS. b. Offeror must submit evidence of a minimum of 3 years' experience performing the type of work identified in the PWS. c. Evidence of having performed: i. At least one (1) submission of Tier II and/or Form R report to the EPA. ii. And at least (1) project/submission with the federal Government outside the continental United States within the last three (3) years. d. A Certified Industrial Hygienist (CIH) is required for this effort. Provide relevant certifications. Note: Offerors who fail to submit required documentation may be considered nonresponsive. FAR 52.212-2, Evaluation-Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLINS 0001-CLINS 0003 and providing the information required by FAR 52.212-1. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.217-5 Evaluation of Options, FAR 52-217-8 Option to Extend Services, FAR 52-217-9 Option to Extend the term of the contract, FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42 Statement of Equivalent Hires. The Wage Determination No. 2005-2147 Revision No.: 15 dated 06/19/2013 is applicable to this solicitation and provided as an attachment. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III. Submit quotes via email to Amber San Gil at amber.sangil@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1000 hours EST on 06 March 2014. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. ATTACHMENTS: 1. Performance Work Statement dated 25 February 2014 2. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155714RC022N7/listing.html)
 
Place of Performance
Address: GUAM, United States
 
Record
SN03297971-W 20140301/140227234205-6cb27ee362a932f47e730b8e03371e60 (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.