Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOLICITATION NOTICE

68 -- COND STD WATER BUFFER NEW CONTRACT

Notice Date
5/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00304
 
Response Due
5/20/2016
 
Archive Date
6/4/2016
 
Point of Contact
Beals, Trisha
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Ricca Chemical Company Conductivity Standards, pH Buffer Solution, and Deionized Water or Equal (I) 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; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G16PS00304. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. (IV) This solicitation is full and open with no set-aside restrictions. (V) This combined solicitation/synopsis is for purchase of the commercial item(s) that will be issued under a Requirements Contract Please refer to Attachment 1 ¿ Specifications for the item description. (VI) Refer to Attachment 2 Schedule B for listed quantities and the delivery schedule. (VII) Requested delivery shall be in accordance with the delivery schedule listed in the Attachment 2 Schedule B. Offerors shall include in their quotes required delivery lead time. Place of delivery is: US GEOLOGICAL SURVEY NATIONAL WATER QUALITY LAB BLDG 95, DOOR E3 DENVER FEDERAL CENTER DENVER, CO 80225 Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. PRE-AWARD TESTING: The Government reserves the right to test ¿equal ¿ products being proposed by an offeror prior to award. Which equal products to be tested will be determined by the Government. Due to the large number of products being acquired hereunder, not all equal products may be tested. Upon notification to the offeror by the Government of which equal products need to be submitted for testing, the offeror will have ten (10) days to provide them to the Government. Award will be made to that offeror whose offer, conforming to the solicitation, is based on a Best Value-Trade-off process. The technical evaluation factors are as follows: 1. The ability of the items offered hereunder to meet or exceed the salient characteristics specified for each. To assist in this evaluation, offerors offering an equal product shall submit with their proposal two (2) most recent certificates of analysis (COAs) that readily verifies that the product meets or exceeds the brand name salient characteristics. 2.The ability of the items offered hereunder shall be to provide consistency with the data that has been obtained by the NWQL and USGS programs through the past years. 3.Past Performance of offerors in providing similar items and quantities to those specified herein. Offerors shall provide at least 3 references for customers that the offeror has provided, or are providing, similar items and quantities to those specified in this synopsis within the past 3 years. Information for each reference should include the name, address, phone number, and email address for the point-of-contact (POC). In addition, past performance information will be obtained from Past Performance Information Retrieval System (PPIRS). Past performance information will be used in the evaluation of all evaluation factors which it impacts. The Government reserves the right to use information obtained from sources inside and outside the offeror ¿s proposal. 4.Management plan must be included to include how vendor will be capable of providing established quantities within specified period of time. The importance of price in relation to technical excellence: Technical excellence is significantly more important than cost or price. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2016), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition. ADDENDUM TO CLAUSE 52.212-4: Due to the complex nature of the item(s) being acquired hereunder, and pursuant to FAR 12.402, Clause 52.212-4(a) ¿Inspection/Acceptance ¿ is hereby modified. The Government shall have up to thirty (30) days after the date of delivery to inspect and accept the item(s) that have been delivered. As a result of the foregoing, the seven (7) day period specified in 5 CFR 1315.4(b)(1)(ii) is hereby changed to the ¿30th ¿ day after the date on which the item(s) is actually delivered and installed ¿. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) (8) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). (20) 52.219-16, Liquidated Damages ¿Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Feb 2106) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (30) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 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(s): http://www.acquisition.gov/far/http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.202-1 Definitions. (NOV 2013) 52.203-3 Gratuities. (APR 1984) 52.203-6 A1 Restrictions on Subcontractor Sales to the Government (SEP 2006) A1 (OCT 1995) 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. (OCT 2010) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011) 52.204-5 Women-Owned Business (Other Than Small Business). (MAY 1999) 52.204-7 System for Award Management. (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (OCT 2015) 52.204-13 Central Contractor Registration Maintenance. (JUL 2013) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.212-1 Instructions to Offerors -- Commercial Items (OCT 2015) 52.215-1 Instructions to Offerors -- Competitive Acquisition (JAN 2004) 52.217-5 Evaluation of Options (JUL 1990) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.223-6 Drug-Free Workplace. (MAY 2001) 52.225-1 Buy American ¿ Supplies (MAY 2014) 52.225-8 Duty-Free Entry (OCT 2010) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿Representation and Certifications. (OCT 2015) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-13 Bankruptcy. (JUL 1995) 52.242-15 Stop-Work Order. (AUG 1989) 52.246-16 Responsibility for Supplies. (APR 1984) 52.246-23 Limitation of Liability. (FEB 1997) 52.247-34 F.o.b. Destination. (NOV 1991) 1452.203-70 Restriction on Endorsements--Department of the Interior (JUL 1996) GS0339 Green Acquisition (MAR 2016) Refer to Attachment 3 for additional clauses. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price requirements contract resulting from this solicitation. Questions about this solicitation shall be emailed to tbeals@usgs.gov NLT 12:00 Noon Mountain Time on May 12, 2016 to allow time for government response before solicitation closing. Questions after this deadline may not be answered. Quotes are required to be received in the contracting office no later than 12:00 P.M. Mountain Time on May 20, 2016. Offerors may submit quotes through FedConnect. Quotes may also be emailed to tbeals@usgs.gov or mailed to the attention of Trisha Beals at U.S. Geological Survey, P.O. Box 25046, MS204A, DFC, Denver, CO 80225. Overnight mail must also include the following information: Denver Federal Center, Bldg 810, Entrance E-11, MS 204A. (XVI) Any questions regarding this solicitation should be directed to Trisha Beals at tbeals@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00304/listing.html)
 
Record
SN04103056-W 20160505/160503234356-977f13aec6e0c9f5a89bebb9c3741146 (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.