Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

S -- Annual Compliance Environmental Sampling and Lab Analysis

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV14T0015
 
Response Due
8/27/2014
 
Archive Date
10/19/2014
 
Point of Contact
Kerry Wells, 508-968-4978
 
E-Mail Address
102 IW/MSC
(kerry.wells@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format and subpart FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number assigned to this announcement is W912SV-12-T-0042. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) on behalf of the 102d Intelligence Wing (102IW) located at Otis Air National Guard Base on Joint Base Cape Cod, MA. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 541380 and small business size standard is $14.0 Million. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-76 effective 25 Jul 2014 and DFARS Publication Notice 20140805 effective 5 Aug 2014. SPECIFICATIONS: The 102IW has a requirement to procure a non-personal service to include all personnel, equipment, tools, materials, supervision, and quality control necessary to perform Environmental Sampling and Laboratory Analysis as defined in the attached Performance Work Statement (PWS). The contractor shall perform to the standards stated in this contract while utilizing Environmental Protection Agency (EPA) and State of Massachusetts approved methods. The requirement is intended to be awarded as a Base plus Four Option Year service consisting of the following periods of performance: Base Year: 1 October 2014 thru 30 September 2015 Option Year 1: 1 October 2015 thru 30 September 2016 Option Year 2: 1 October 2016 thru 30 September 2017 Option Year 3: 1 October 2017 thru 30 September 2018 Option Year 4: 1 October 2018 thru 30 September 2019 NOTE: In accordance with FAR 52.232-18 Availability of Funds, this combined synopsis solicitation and any resulting award is contingent on the availability of funds for FY15 and subsequent option years as identified above. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) Lowest Price Technically Acceptable and (2) Past performance, offeror's capability to provide a quality product and service similar to the government's requirement; caliber and currency of offeror's performance; key personnel. Evaluation factors will be weighed equal. Each offeror shall submit Past Performance Information on three (3) contracts performed within the last three (3) years for services comparable to the government's requirement demonstrating your ability to perform the proposed effort. Offeror's are authorized to provide information on problems encountered on the referenced (identified) contracts to include corrective actions taken by the offeror as remedy. Offerors are cautioned that the Government will use data provided by each offeror in the evaluation of past performance. The information must include: 1. Contract Number 2. Company Name and Address 3. Company Point of contact, with phone and/or email contact information. 4. Type of Service Performed 5. Estimated Contract/Performance Value 6. Period of Performance ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached solicitation document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. SUBMITTAL REQUIREMENTS: If your company is interested in competing for this requirement, please review this announcement and attachments carefully. Quotes must be submitted using the attached solicitation document with the following completed criteria and failure to provide all requested information per this announcement may cause your offer to be considered non-responsive: 1. Block 12 - Discount Terms. 2. Block 17a - Contractor/Offeror: Name, Address, Phone Number, POC with email, Cage Code, DUNS, and Tax Id Number. 3. Item NO 0001 through 0025 - Unit Price, Amount, and Net Amount. Line Items 0006 through 0025 are the subsequent option years per the period of performance. 4. FAR CLAUSE 52.212-3, Offeror Reps and Certs (Full Text Clause included in Soliciation Document unless already completed in System for Award Management (SAM) but please state when providing quote). 5. FAR CLAUSE 52.219-1, Small Business Program Representations (Full Text Clause included in Soliciation Document). 6. DFAR CLAUSE 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law - DoD Appropriations (See Attached Document) Responses for this announcement are due NLT 10:00 AM EST on 28 AUG 2014. A completed Solicitation and Past Performance References must be submitted via email NLT date and time specified to kerry.wells@ang.af.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.wells@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV14T0015/listing.html)
 
Place of Performance
Address: 102 IW/MSC 156 Reilly Street, Box 8 Otis ANG Base MA
Zip Code: 02542-1330
 
Record
SN03473483-W 20140822/140821000824-f372b6e1b13c68111dff77a1ef8aee98 (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.