Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
MODIFICATION

68 -- Various Chemicals and Organic Blank Water for USGS, NWQL, Denver, CO

Notice Date
5/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00174
 
Response Due
6/6/2016
 
Archive Date
8/31/2016
 
Point of Contact
Hayes, Lisa
 
E-Mail Address
ldhayes@usgs.gov
(ldhayes@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (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; quotations 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 G16PS00174. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13.5, 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 2005-88. (IV) The solicitation is not a set-aside. The associated NAICS code is 325199. The small business size standard is 1000 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0010 - Base Year ¿ Various Chemicals and Organic Blank Water for USGS, NWQL, Denver, CO in accordance with the attached Technical Specifications. CLIN NO. 0020 - Option Year 1 - Various Chemicals and Organic Blank Water for USGS, NWQL, Denver, CO in accordance with the attached Technical Specifications/Requirements. CLIN NO. 0030 - Option Year 2 - Various Chemicals and Organic Blank Water for USGS, NWQL, Denver, CO in accordance with the attached Technical Specifications/Requirements. CLIN NO. 0040 - Option Year 3 - Various Chemicals and Organic Blank Water for USGS, NWQL, Denver, CO in accordance with the attached Technical Specifications/Requirements. CLIN No. 0050 ¿ Option Year 4 - Various Chemicals and Organic Blank Water for USGS, NWQL, Denver, CO in accordance with the attached Technical Specifications/Requirements. Note to Offeror ¿s: The Government contemplates award of a Requirements Contract that allows for the issuance of Firm-Fixed price delivery orders resulting from this solicitation. (VI) Refer to Attachment 1 - Technical Specifications/Requirements for the items description. (VII) Period of Performance: The period of performance for the Base Year shall commence on September 5, 2016 through September 4, 2017, with each subsequent Option Year consisting of one year. Place of delivery is U.S. Geological Survey, National Water Quality Laboratory (NWQL), West 6th Ave. & Kipling St., Denver Federal Center (DFC), Bldg. 95 E3, Denver, CO 80225-0046. Delivery shall be FOB Destination. (VIII) FAR 52.212-1- Instructions to Offerors - Commercial Items (OCT 2015), applies to this acquisition. ADDENDUM TO CLAUSE 52.212-01(C) The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 90 days. (IX) FAR 52.212-2 Evaluation - Commercial Items. (OCT 2014), applies to this acquisition. (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: Factor A: Technical Capability of Product ¿ Capability of the offeror ¿s proposed products shall meet or exceed technical specifications contained herein. To assist in this evaluation, offerors shall submit the following with their quote; 1) Detailed product literature, 2) Detailed product brochure, 3) Detailed product specification sheet, 4) Two (2) most recent certificates of analysis (COAs) which readily verifies that the products meets or exceeds the listed technical specifications and demonstrates a lot-to-lot consistency. Providing information addressing the quality and continued consistency of items offered is extremely important Factor B: Pre-Award Testing ¿ The Government reserves the right to test products being proposed by an offeror prior to award. Which products to be tested will be determined by the Government. Due to the large number of products being acquired hereunder, not all products may be tested. However, products the Government selects to be tested will be consistent among all offerors. Upon notification to the offeror by the Government of which products need to be submitted for testing, the offeror will have fourteen (14) days to provide them to the Government. It is anticipated that the Government ¿s testing will be completed within thirty (30) days. The results of the pre-award testing will be incorporated into the offeror ¿s quotation ¿s technical merit for the best value-tradeoff evaluation and award process. All samples requiring testing hereunder shall be at no cost to the Government. Factor C: Past Performance of offerors in providing similar items and quantities, and services specified herein. Offerors shall submit references from three (3) clients that have purchased similar items and quantities, and services in which it has participated within the past (3) years. Information for each reference shall include contact information (person's name, phone number, and email address). Names and contact numbers for past clients shall be provided by the offeror. Statements by past clients may be used in the evaluation of the vendor's technical quotation under any and all applicable evaluation criteria. Any information obtained by the Government from reference outside the offeror ¿s quotation may be used in a similar manner. 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 quotation. (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. Basis of Award The award of this requirement shall be made using only the procedures found in FAR part 12 in conjunction with FAR part 13.5. A single award shall be made to the vendor whose quotation, conforming to this RFQ, is determined to be the most advantageous to the government, cost or price and other non-cost or non-price factors listed above. In determining which quotations offers the greatest value or advantage to the Government, overall technical merit will be considered more important than price or cost. Between acceptable quotations with a significant difference in technical merit, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced quotation warrants payment of the additional price or cost. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 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 https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (q) 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(a) for Water, Hexane, and Dichloromethane only: 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 fifteen (15) days after the date of delivery or installation, if installation is part of the requirement, 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 ¿15th ¿ day after the date on which the item(s) is actually delivered and installed ¿. Contractor agrees that due to the complex nature of the items being purchased, the Government requires a period of 15 days for proper inspection. The Government reserves its rights to reject or revoke acceptance of any items which are found to be noncompliant through inspection within a reasonable time thereafter. This provision does not waive or limit the rights otherwise available to the government. (XII) The clause at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). [X] (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). [X] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). [X] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2)). [X] (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). [X] (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). [X] (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). (XIII) The following clauses and provisions 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://farsite.hill.af.mil/ The clauses are incorporated by reference, and their terms and conditions apply: 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) 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2015) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) 52.223-3 Hazardous Material Identification and Material Safety Data. (JAN 1997) - Alternate I (JUL 1995) 52.225-8 Duty-Free Entry. (OCT 2010) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.247-34 F.o.b. Destination. (NOV 1991) Refer to Attachment 1 for all additional applicable clauses. The provisions are incorporated by reference, and their terms and conditions apply: 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/ 52.204-7 System for Award Management. (JUL 2013) 52.204-16 Commercial and Government Entity Code Reporting. (JUL 2015) 52.204-17 Ownership or Control of Offeror. (NOV 2014) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015) 52.214-34 Submission of Offers in the English Language. (APR 1991) 52.214-35 Submission of Offers in U.S. Currency. (APR 1991) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) Refer to Attachment 1 for all additional applicable provisions. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Electronic Submission of Offers ¿ Required - Quotations are required to be received no later than 2:30 p.m. Mountain Daylight Time (MDT) on June 6, 2016. Only electronic quotes will be accepted. Quotations shall be submitted by e-mail to ldhayes@usgs.gov. DO NOT SUBMIT YOUR QUOTE THROUGH FEDCONNECT. (XVI) Questions regarding this solicitation should be directed to Lisa D. Hayes at (303) 236-9327 and/or ldhayes@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00174/listing.html)
 
Place of Performance
Address: USGS National Water Quality Lab DFC, Bldg. 95 E3 Denver CO 80225-0046 US
Zip Code: 80225-0046
 
Record
SN04123822-W 20160522/160520234025-9dffa23187681d59df002288cd56e404 (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.