Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
DOCUMENT

H -- Legionella Water Testing - Attachment

Notice Date
9/10/2014
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25014Q0799
 
Response Due
9/18/2014
 
Archive Date
11/2/2014
 
Point of Contact
Gary L Wike
 
E-Mail Address
7-3994<br
 
Small Business Set-Aside
N/A
 
Description
(1) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The applicable solicitation number is VA250-14-Q-0799 and it is issued as a request for quote (RFQ). Ensure responses include this solicitation number. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (4) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 541380. For the purpose of this procurement the small business size standard is $15.0M. (5) CONTRACT LINE ITEMS: The cost for the following Contract Line Item Number (CLIN) will be submitted as follows and will include all associated costs to perform services in accordance with Para (6), Requirements: CLINDESCRIPTIONQTYUNIT OF ISSUEUNIT PRICEEXTENDED PRICE BASE PERIOD 0001Conduct Legionella Water Testing in Bldg. 41080Each ______________ ______________ 0002Conduct Legionella Water Testing in Bldg. 33080Each ______________ ______________ 0003Conduct Legionella Water Testing in Bldg. 32080Each ______________ ______________ 0004Conduct Legionella Water Testing in Bldg. 22080Each ______________ ______________ 1st OPTION PERIOD 1001Conduct Legionella Water Testing in Bldg. 41080Each ______________ ______________ 1002Conduct Legionella Water Testing in Bldg. 33080Each ______________ ______________ 1003Conduct Legionella Water Testing in Bldg. 32080Each ______________ ______________ 1004Conduct Legionella Water Testing in Bldg. 22080Each ______________ ______________ (6) REQUIREMENTS: This is a requirement to perform Legionella Water Testing within the Dayton VAMC, Dayton OH 45428. Quarterly Water Testing will be performed at 20 outlets in each of the buildings above. The outlets in each building will be identified during testing visit. The 20 outlets at each building will consist of 10 hot and 10 cold outlets. Water sample must test and document the following for each sample: Water temperature, level of residual biocide and pH. The samples are then to be sent to a CDC-ELITE certified laboratory to be tested for L.. pneumophila with results sent to the COR within 10 days. (7) PERIOD OF PERFORMANCE: The period of performance for this requirement begins on the effective date of the resultant contract for a period of one (1) year for the base year, and one (1) 1-year options for a total of two (2) years. (8) The following clauses and provisions apply to this solicitation (available from http://www.acquisition.gov/far/): FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation -Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: 1. Capability of the proposed services to meet the government's stated technical requirements; 2. Price 3. Past Performance. 4. Socioeconomic Considerations Evaluation technical capability: to be considered technically acceptable, offerors must provide a proposal detailing what methods will be utilized to meet the Government requirement. At a minimum this shall include: CDC-Elite Lab to be utilized; experience in performing similar testing and Offeror's Technical Qualifications. Failure to supply the minimum items may result in the submitted offer being deemed non-responsive. The Government intends to award without discussions so offeror's should propose their best terms during initial proposal. The Government reserves the right to open discussions if no offer submitted meets all the required specifications. Evaluation of Past Performance: Provide a list of three (3) project completed during the last three (3) years that is similar in scope to this requirement and a point of contact's name, telephone number, and e-mail address. Evaluation of Price: While the evaluated price is a substantial area to be taken into consideration in the overall integrated assessment of offers, the Government may select other than the lowest priced, acceptable offer if it is determined that the additional capability offered is worth the additional cost. Evaluation of Socioeconomic Considerations: In accordance with, 38 U.S.C. 8127; VAAR 852.215-70 and VAAR 852.215-71, the Government shall evaluate the offeror's SDVOSB and/or VOSB status within the VA Vendor Information Page (www.vip.vetbiz.gov) and provide credits to the submitted offer in evaluation of price. Technical and Past Performance factors, when combined, are equal to price. (b) 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). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: -FAR 52.217-8, Option to Extend Services -FAR 52.217-9, Option to Extend the Term of the Contract -FAR 52.222-21, Prohibition of Segregated Facilities -FAR 52.222-26, Equal Opportunity -FAR 52.222-36, Affirmative Action for Workers with Disabilities -FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies -FAR 52.222-41, Service Contract Act -FAR 52.224-1, Privacy Act Notification -FAR 52.224-2, Privacy Act, applies to this solicitation. -FAR 52.225-13, Restrictions on Certain Foreign Purchases -VAAR 852.203-70, Commercial Advertising -VAAR 852.215-70, Service-Disabled Veteran-Owned And Veteran-Owned Small Business Evaluation Factors -VAAR 852.215-71, Evaluation Factor Commitments -VAAR 852.237-70, Contractor Responsibility -VAAR 852.232-72, Electronic Submission Of Payment Requests
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25014Q0799/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0799 VA250-14-Q-0799.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1625496&FileName=VA250-14-Q-0799-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1625496&FileName=VA250-14-Q-0799-000.docx

 
File Name: VA250-14-Q-0799 05-2420 - Rev 17 (Dayton).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1625497&FileName=VA250-14-Q-0799-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1625497&FileName=VA250-14-Q-0799-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03504628-W 20140912/140910235432-da972f2c819f8e7f0fa3b7c80c3dd034 (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.