Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2015 FBO #5026
SOLICITATION NOTICE

F -- Safe Drinking Water Sampling and Analysis - Statement of Work

Notice Date
8/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K4AA5231A101TLM
 
Archive Date
9/19/2015
 
Point of Contact
Terry Mest, Phone: 5058467812
 
E-Mail Address
terry.mest.1@us.af.mil
(terry.mest.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7992 Statement of Work for Safe Drinking Water Sampling and Analysis "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and authorized by FAR Subpart 13.5, 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. This requirement is 100% Set-aside for Small Business Concerns. The NAICS Code for this synopsis/solicitation is 541380, Size Standard $15.0 Million. Solicitation/Purchase Request Number F2K4AA5231A101TLM is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-83 effective 03 August 2015. The Government intends to award a Firm-Fixed Price contract resulting from this solicitation with one (1) base year and four (4) 1-year option years for Safe Drinking Water Sampling/Analysis for Kirtland AFB, NM: CLIN 0001: BASE YEAR - Conduct analysis on Drinking Water samples taken from Kirtland AFB, NM pursuant to the New Mexico water supply regulations. Conduct microbiological, chemical, and radiological analyses of water samples. Forward the results to New Mexico Environmental Department with an electronic copy to Kirtland AFB Bioenvironmental engineering flight. CLIN 1001: OPTION 1 - Conduct analysis on Drinking Water samples taken from Kirtland AFB, NM pursuant to the New Mexico water supply regulations. Conduct microbiological, chemical, and radiological analyses of water samples. Forward the results to New Mexico Environmental Department with an electronic copy to Kirtland AFB Bioenvironmental engineering flight. CLIN 2001: OPTION 2 - Conduct analysis on Drinking Water samples taken from Kirtland AFB, NM pursuant to the New Mexico water supply regulations. Conduct microbiological, chemical, and radiological analyses of water samples. Forward the results to New Mexico Environmental Department with an electronic copy to Kirtland AFB Bioenvironmental engineering flight. CLIN 3001: OPTION 3 - Conduct analysis on Drinking Water samples taken from Kirtland AFB, NM pursuant to the New Mexico water supply regulations. Conduct microbiological, chemical, and radiological analyses of water samples. Forward the results to New Mexico Environmental Department with an electronic copy to Kirtland AFB Bioenvironmental engineering flight. CLIN 4001: OPTION 4 - Conduct analysis on Drinking Water samples taken from Kirtland AFB, NM pursuant to the New Mexico water supply regulations. Conduct microbiological, chemical, and radiological analyses of water samples. Forward the results to New Mexico Environmental Department with an electronic copy to Kirtland AFB Bioenvironmental engineering flight. Please see attached Statement of Work for further information. TOTAL QUANITITY: As stated in Statement of Work UNIT OF ISSUE: Lot DESIRED PERIOD OF PERFORMANCE: Base Year: 15 September 2015 to 14 September 2016 Option Year 1: 15 September 2016 to 14 September 2017 Option Year 2: 15 September 2017 to 14 September 2018 Option Year 3: 15 September 2018 to 14 September 2019 Option Year 4: 15 September 2019 to 14 September 2020 FOB: Destination INSPECTION AND ACCEPTANCE: Destination Basis of Award: In accordance with the FAR 13.106-1(a)(2), offerors are notified that award will be made on the basis of lowest price technically acceptable (LPTA). The lowest priced quote will be evaluated first. Quotes may be submitted via: mail to AFNWC/PZIB, ATTN: Terry L. Mest and Mr. Brian J. Clark, 8500 Gibson Blvd. SE, Bldg 20202, Kirtland AFB, NM 87117; or email to Terry.Mest.1@us.af.mil and brian.clark.6@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls and less than 30 MB. Communication containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 30 MB will not be received by this office. Quotes are due no later than 4:00 PM, MDT, 4 September 2015. Solicitation Questions. Any questions relating to this solicitation and attachments shall be submitted in writing to the Contract Specialist above by 10:00 AM (MDT) on 28 August 2015. Any questions received after this date need not be answered due to time constraints of the solicitation. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. The following provisions and clauses apply to this procurement: FAR 52.203-3, Gratuities FAR 52.203-11,Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.204-9 FAR 52.204-13, System for Award Management Maintenance FAR 52.209-2, Prohibition on Contracting FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors-Commercial Items; See addendum FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.222-50, 52.223-18, 52.225-13, 52.232-33] FAR 52.217-5, Evaluation of Option FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-1 FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-13, Bankruptcy FAR52.246-4, Inspection of Services - Fixed Price FAR 52.246-25, Limitation of Liability - Services DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, Alt A, System for award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.209-7992, Representation by Corporations Regarding an unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law-DoD Appropriations (all offerors shall include a completed copy of this provision with their quote) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.215-7007, Notice of intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by contractor Personnel DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.243-7002, Requests for Equitable Adjustments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.242-9000, Contractor Access to Air Force Installation The following full text provisions and clauses apply to this procurement: ADDENDUM 1 TO 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FEB 2012) (IAW12.302(a)) The proposed instructions in this section are designed to assist offerors in preparing a complete response that reflects a full understanding of the approach proposed to accomplish all work required herein. Offeror(s) shall describe in detail their proposed approach. Offeror(s) shall use the Government provided Performance Work Statement (PWS) to develop their technical approach. Offeror(s) shall specifically explain how their approach will meet the key requirements of the PWS. Failure to meet a requirement may result in an offer being ineligible for award. Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items and Addendum 1. General Instructions: 1. The overall evaluation methodology will be Lowest Price Technically Acceptable (LPTA). The Contracting Officer has determined there is a high probability of adequate competition for this acquisition. The Government will evaluate overall total price per offeror. After the lowest priced offeror is determined the Government will evaluate the offeror's proposal for technical acceptability. If the lowest priced proposal is found technically acceptable award shall be made to that offeror and no further technical evaluations shall be completed. If the lowest priced offeror is deemed technically unacceptable then the Government shall review the next lowest priced offeror for technical acceptability. If the second lowest priced offeror is deemed technically acceptable then award shall be made to the second lowest priced offeror. This process shall continue until the lowest priced offeror is found to be technically acceptable for award. There is a chance offerors' proposals will not be evaluated by the Government for technical acceptability if found to be priced higher than another offeror found to be technically acceptable. Offerors are reminded the Government will evaluate proposals for award purposes by adding the total price for all options, to the total price for the basic requirement. Evaluation of options, shall not obligate the Government to exercise the options. 2. Technical Capability will be assessed utilizing the Technical Ratings determine acceptable or unacceptable based on demonstrated technical expertise to meeting the requirements of the PWS. Acceptable - Clearly meets all specified technical capability requirements necessary for acceptable contract performance. Unacceptable -Fails to clearly meet one or more specified technical capability requirements. Proposals with an unacceptable rating are considered not awardable. 3. The Offeror's proposal shall include all data and information requested and must be submitted in accordance with these instructions. Failure to submit proposals as outlined below may render a vendor ineligible for award. 4. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the offeror's proposal. 5. Offeror's proposal shall consist of a cover letter and two (2) separate sections: Cover Letter shall include the following: Small Business Status/Categories as appropriate Company point of contact with email, phone number Cage Code & DUNS number A statement that your company understands the requirements specified in the Performance Work Statement (PWS) and will meet the performance standards and requirements therein. A statement that your company does or does not take exception to any of the requirements of the PWS or terms/conditions of the resulting contract. SECTION I - Price Price will be evaluated for fair and reasonableness. Since this is a Firm Fixed Price contract, the Government will not evaluate other than certified cost and pricing data unless only one (1) proposal is received. Provide pricing for each of the CLINs to include the Base Year and 4 1-year options. SECTION II - Technical Capability (Do not exceed 10 pages) Technical Capability Factor Ratings: The technical rating evaluates the quality of the offeror's technical solution for meeting the Government's requirement. Technical evaluations shall utilize the ratings listed in the evaluation criteria. Offerors shall provide the following: TECHNICAL FACTOR 1: A written approach that demonstrates their ability to meet the technical requirements of paragraph's 4., 5., 7., and 11. of the Statement of Work. TECHNICAL FACTOR 2: A staffing plan that demonstrates their ability to staff adequately trained personnel during the performance of this contract in accordance with paragraph 20. of the Statement of Work. 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (JAN 1999) (IAW 12.602(a)) Factor 1. Price The price evaluation will document fair and reasonableness of the proposed total price. When two or more technically acceptable offers are received (competition) will be evaluated with price. Information other than pricing data may be required to support price reasonableness in the absence of competition. Factor 2. Technical Capability DETERMINATION DEFINITION Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror's proposal meets the performance and technical capability requirements defined in the PWS. Unacceptable Not all of the minimum acceptable criteria are clearly met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet specified minimum performance and technical capability TECHNICAL FACTOR 1: The offeror has demonstrated their ability to meet the technical requirements of paragraph's 4., 5., 7., and 11. of the Statement of Work. TECHNICAL FACTOR 2: The contractor has demonstrated their ability to staff adequately trained personnel during the performance of this contract in accordance with paragraph 20. of the Statement of Work. FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (m) of this provision FAR 52.233-2, Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Brian J. Clark, 8500 Gibson Blvd SE Bldg 20202, Kirtland AFB, NM 87117 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. AFFARS 5352.201-9101, Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Primary: Ms. Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Alternate: Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser.us.af.mil Phone: (505) 853-7666 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K4AA5231A101TLM /listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03857419-W 20150828/150827000320-017eef3a9d661dce72f39e75a313d122 (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.