SOLICITATION NOTICE
C -- Waste Water Monitoring - RFQ SOW
- Notice Date
- 7/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- RML-RFQ-5-14021
- Archive Date
- 8/17/2014
- Point of Contact
- Peggy S. Schott, Phone: 406-375-9815
- E-Mail Address
-
margaret.schott@nih.gov
(margaret.schott@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 52.212-5 RFQ SOW This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RML-RFQ-5-14021. This solicitation is a request for quotes RML-RFQ-5-14021. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-74 dated 07/01/2014. The associated North American Industry Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $ 14.0M. This is not a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase waste water monitoring services. All interested companies shall provide quotations for the following: The Contractor shall prepare a sampling and analysis plan to guide their work. This plan will include details regarding sample collection procedures, container and preservation methodology, sample processing procedures, and laboratory analytical methods. This plan will be provided to RML prior to performing onsite work. RML will have at least 1 week to submit comments before onsite work is completed. The Contractor will conduct flow monitoring and sampling of wastewater discharged to the Hamilton Wastewater Collection System and Treatment Plant. Three separate sewer mains will be monitored and sampled for 24-hour periods. Monitoring and sampling shall be conducted on consecutive days during the work week. Confined space entry may be required. Contractor will collect flow-proportional composite samples using a portable composite sampler and area-velocity flow meter. During sample collection, field meters will be used to measure flow rate, temperature, pH, and electrical conductivity. Samples collected from each sewer main will be submitted to a laboratory for the following analyses: • BOD5 (Biochemical Oxygen Demand), • COD (Chemical Oxygen Demand) • pH • TSS (Total Suspended Solids) • RCRA 8 Metals (Ag, As, Ba, Cd, Cr, Hg, Pb, Se) • Volatile Organic Compounds (VOCs) • Semi-volatile Organic Compounds • Forms of Nitrogen (Ammonia, Total Kjehdal, Nitrate+Nitrite) • Forms of Phosphorus (orthophosphate, phosphate, total phosphorus, inorganic phosphorous) Samples analyzed for all parameters must be following EPA approved methods for volatile compounds. VOC sample collection method shall be grab samples. RML will provide the field meter for temperature, pH and conductivity measurement. At the end of the monitoring, the Contractor shall remove the meter and provide it to RML for uploading electronic data using a laptop computer. A detailed Request for Quotes and Statement of Work are attached to this Synopsis/Solicitation. FOB Point shall be Destination; Hamilton, MT 59840 Place of Performance: Rocky Mountain Laboratories, NIH 903 South 4 th Street Hamilton, MT 59840 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications – Commercial Items (April 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2014) They may be viewed at http://www.acquisition.gov/far/loadmainre.html The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. HHSAR clauses HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010) Can be viewed at http://www.hhs.gov/regulations/index.html By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation ( www.sam.gov ). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for waste water monitoring as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: “The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition.” OR “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:” (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 08/02/2014 4:30 P.M. (MST ). Offers may be mailed, e-mailed or faxed to Peggy Schott; (Fax - 406-363-9288), (E-Mail/ margaret.schott@nih.gov ). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Peggy Schott at margaret.schott@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML-RFQ-5-14021/listing.html)
- Place of Performance
- Address: 903 South 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN03438424-W 20140727/140725234916-a14678d113e0e42c744dcc6adc6eec36 (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 |