SOLICITATION NOTICE
B -- Sampling Analysis services
- Notice Date
- 5/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- 0010649646
- Response Due
- 5/27/2015
- Archive Date
- 7/12/2015
- Point of Contact
- Linda Reynolds, 443-861-4743
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(linda.j.reynolds.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION 001049646 SAMPLE ANALYSIS SERVICES FOR USAATC This combined synopsis/solicitation for commercial item(s) is 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; quotes are being requested and a written solicitation will not be issued. Incorporation provisions and clause are those in effect through Federal Acquisition Circular (FAC) 05-79. The solicitation number for this request is proposal (RFP) is 001049646 and is issued as an quote mark Open Competitive quote mark award. This requirement is under the associated North American Industry Classification System (NAICS) Code 541380, Acoustics Testing Laboratories or Services and the Small Business Size Standard $15M. The Government contemplates award of a Firm-Fixed Price contract under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: 001049646 PROPOSAL FROM (INSERT COMPANY NAME) PROPOSAL FORMAT: Detailed Price Proposal to include the following elements: 1.Header Page with Company Name, DUNS, CAGE CODE #; Business Type/Size, ETN# and point of contact information in include: Name, title, e-mail address, and telephone number including extension. 2. Include All Information as listed below: CLIN 0001; Sample Analysis Services Firm Fixed Pricing Base Year Period of Performance (POP): To be determined upon date of award Contractor shall provide the sampling analysis services per the attached performance statement of work. Reference the attached Performance Statement of Work. 1 quote mark Job quote mark @ $_________ = $_____________ INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. Item 0002: Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 1001; Sample Analysis Services Firm Fixed Pricing Option Year One (1) Period of Performance (POP): To be determined upon date of award Contractor shall provide the sampling analysis services per the attached performance statement of work. Reference the attached Performance Work Statement. 1 quote mark Job quote mark @ $_________ = $_____________ INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. CLIN 1002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 2001; Sample Analysis Services Firm Fixed Pricing Option Year Two (2) Period of Performance (POP): To be determined upon date of award Contractor shall provide the sampling analysis services per the attached performance statement of work. Reference the attached Performance Work Statement. 1 quote mark Job quote mark @ $_________ = $_____________ INVOICING INSTRUCTIONS: Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions. CLIN 2002; Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Proposals will be evaluated per the Firm-Fixed Price costs for item 0001. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. The following clauses are incorporated by reference and may be accessed electronically at this address: http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions Commercial Items 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.233-3, Protest after Award 52.236-13, Accident Prevention 52.237-3, Continuity of Services 52.242-15, Stop Work Order 52.245-2, Government Property Installation Operations Services 52.246, Inspection of Services - Fixed Priced 52.249-4, Termination for Convenience of the Government services The following clauses are incorporated by full text and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor as least 30 days before the contract expires. 252.211-7003, Item ID & Valuation 252.232-7006, Wide Area Work Flow All questions must be submitted via e-mail to linda.j.reynolds.civ@mail.mil and timothy.j.compton7.civ@mail.mil by 27 May 2015, 3:00 p.m. EDT. SUBJECT LINE: 0010649646 Questions from (Insert Company Name). NO TELEPHONE INQUIRES WILL BE HONORED Quotations must be signed, dated, and received by 27 May 2015, 3:00 p.m. DST via email to linda.j.reynolds.civ@mail.mil and timothy.j.compton7.civ@mail.mil. NO TELEPHONE INQUIRES WILL BE HONORED PERFORMANCE STATEMENT OF WORK FOR SAMPLE ANALYSIS SERVICES FOR USATC, MD C.1 GENERAL: C.1.1 SCOPE. This is a non-personal services contract to provide the sample analysis services at US Army Aberdeen Test Center (ATC), MD C.1.3 HOURS OF NORMAL OPERATION. ATC is currently operating under an Alternate Work Schedule (AWS). The Modifications shall be performed between the hours of 0700 and 1530, Monday through Thursday and alternating Fridays. Weekends, second Friday and Federal holidays are exceptional. Modifications shall be scheduled within seven (7) calendar days before work is to commence to avoid conflicting with mission testing schedules. The contractor shall be escorted at all times by the COR and/or government Technical Point of Contact (TPOC) while in the restricted area. Security clearance to enter through the guard gate unescorted is required. Entry is estimated to be about 1-2 times per week. C.1.4 PLACE OF PERFORMANCE. Aberdeen Test Center Environmental Division, APG, MD will be collecting the samples and the contractor will be picking up the samples at Building 349 as requested. C.1.5 CONTRACTING OFFICER'S REPRESENATIVE (COR) AND/OR GOVERNMENT TECHNICAL POINT OF CONTACT (TPOC): to be appointed upon award C.1.6 PERIOD OF PERFORMANCE: Base Year Period of Performance: 1 year period and dates to be determined upon award Option Year One (1) Period of Performance: 1 year period and dates to be determined upon award Option Year Two (2) Period of Performance: 1 year period and dates to be determined upon award C.2 CONTRACT MANAGEMENT REQUIREMENTS. C.2.1 IDENTIFICATION OF CONTRACTOR PERSONNEL. The Contractor shall wear visible identification that represents them and their company as a Contractor performing a mission support function. Furthermore, the Contractor shall prominently display their Security Badge as required by security regulations. C.3. REQUIREMENTS. C.3.1 The Contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished) to provide the sample analysis services as listed below. C.3.2 The contractor shall submit a price list on the attached ATC Analytical Services List for at least the referenced constituents in order to be considered. C.3.3 Standard Priority is the standard turn-around time for each constituent. High Priority is 3-day turn-around. Top Priority is 2-day turn-around time. Urgent Priority is next day turn-around. C.3.4 The per test unit pricing will be firm fixed pricing. The tests will be ordered by the COR/TPOC on an as needed basis. As such, the contractor shall be paid based on actual quantities delivered. C.4 SCOPE OF WORK: Contractor will be responsible for providing analytical services using standard procedures for water, solid waste, hazardous waste, used oil, and other constituents as outlined in APG Regulation 200-60 or APG Regulation 200-41. All analytical services must follow the most recent and most complete standards for the particular constituent to be analyzed. Constituents required for analysis may include acid compounds, acidity, alkalinity, all metals, ammonia, asbestos, ash content, microbiological, bas neutral & acids, base neutral compounds, bicarbonates, BOD, BTEX, carbon dioxide, carbonates, CEC, chloride, chlorine, chlorophyll, COD, color, conductance, corrosivity, cyanide, dioxin, furan, DRO, dredged material, glycols, EOH, flash point, fluoride, GRO, radio chemical, HAAs hardness, heat of combustion, herbicides, HEM, ignitability, lead, LEL, LOI, surfactants, mercury, nitrate, nitrite, nitrogen, odor, oil & grease, oxidation reduction potential, DO, PCBs, perchlorates, pesticides, pH, phenolics, phosphorous, PAH, priority pollutants, RCRA metals, semi-volatiles, settleable solids, sieve analysis, silica, SOCs soluble salts, sulfate, sulfide, sulfur, TAL metals, TCLP, temperature, TOH, total dissolved solids, TOC, TPH, total solids, total suspended solids, total volatile dissolved solids, TTO, turbidity, VOCs, waste characteristic testing, and water content. NOTE: The per test unit pricing is firm fixed price. The tests will be ordered by the TPOC/COR on an as needed basis. As such, the contractor shall be paid based on actual quantities delivered. If analytical services is requested by the Government that is not listed in the contract, the contractor must provide a cost estimate to the TPOC/COR and received approval prior to analysis. C.5 CONTRACTOR FURNISHED EQUIPMENT C.5.1 TOOLS: Contractor shall furnish equipment and tools needed for analysis and provide sample bottles, preservatives, and coolers for sampling when requested. Aberdeen Test Center will collect the samples. C.6 DELIVERABLES: 1. Any deliverable defined in this SOW shall be submitted under official company letterhead and signed by the designated company official. The cover letter shall be addressed to the customer's Technical Point of Contact, unless otherwise directed. The cover letter shall include, as a minimum, the title of the applicable deliverable, date performed, contract and delivery order numbers. 2. Faxed results are required within 5 working days of analysis completion. Written report is required within 14 working days of analysis completion. Cost increase for more aggressive turn around times should be stipulated in the contract. 3. E mail notification will be sent via WAWF to the COR and TPOC when vendor submits invoices in WAWF. Vendor must submit 2 in 1 invoices through WAWF 4. Contractor must input all applicable information into the Contractor Manpower Reporting Application (CMRA) no later than 31 October of each year. End of PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c769c3fa425846f899b6ce9f6a88aff0)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV 6001 Combat Drive Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03730358-W 20150515/150513235518-c769c3fa425846f899b6ce9f6a88aff0 (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 |