SOLICITATION NOTICE
F -- Laboratory Analysis of Drinking Water Samples
- Notice Date
- 4/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NPS, NER SERVICES MABO Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS01125
- Response Due
- 5/12/2017
- Archive Date
- 5/27/2017
- Point of Contact
- Barceleau, David
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued. The solicitation Number is P17PS01125 and is issued as a Request for Quote (RFQ) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The FAC is available at https://www.acquisition.gov/FAR. This is solicited as Full and Open Competition after Exclusion of Sources: Set-Asides for Small Business Concerns (Total Small Business Set-Aside) under NAICS code 541380, Testing Laboratories, with a U. S. Small Business Administration size standard of $15.0 million. This contract is subject to the Service Contract Labor Standards statute, and the place of performance is unknown when this solicitation was issued. See solicitation clause 52.222-49, Service Contract Labor Standards-Place of Performance Unknown for information about obtaining wage determinations applicable to where the services shall be performed. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/ (formally CCR and ORCA). A quoter must ensure that they are self-certified under NAICS Code 541380 in the Representations and Certifications portion of SAM. Questions shall be submitted electronically to David Barceleau at david_barceleau@nps.gov. Submit quote on attached SF 1449. Quotations shall be submitted electronically to David Barceleau at david_barceleau@nps.gov and are due on Friday, May 12, 2017 at 2:00 pm ET. The Scope of Work (SOW) is attached as Attachment 0001. The Government anticipates awarding a Firm-Fixed-Price (FFP) purchase order resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government considering price only. Submit a fully completed Quote Schedule, Attachment 0002, with the completed SF 1449. Submit proof of Massachusetts Department of Environmental Protection (DEP) certification. Place of Performance: To Be Determined. Place to Pick-up samples: Cape Cod National Seashore (CACO), 99 Marconi Site Road, Wellfleet, MA 02667 The incumbent contractor is Envirotech Laboratories, Inc., of Sandwich, MA. Delivery is a Base Year with four one-year option periods. Contractor shall analyze water samples for the specified elements found in the attached Scope of Work. The selected contractor must be approved and certified by the Massachusetts Department of Environmental Protection (DEP) and be able to provide the certification number. The contractor shall provide courier service for transporting the samples from CACO Headquarters in Wellfleet, MA to the contractor's lab. This CACO pickup location closes at 4:30PM so contractor must be able to meet this timeframe. Samples are collected by CACO once or twice a month in the winter and as frequently as twice a week in the summer. The contractor must be available seven-days a week for processing total coliform samples and must be available for a total coliform emergency on holidays, if the need occurs. The contractor shall electronically submit the ten Public Water System results to Massachusetts DEP on behalf of the park. Contractor shall provide all appropriate bottles, labels, and paperwork. Contractor shall contact the park's Water Treatment Operator via phone within 24 hours of a positive result of a bacteria test. Hard copies of payment receipts and testing results shall be mailed to the park by the contractor within 30 days of test. Item 00010 Seasonal Housing, Water Testing Base Year - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2017 to 07/31/2018. Item 00020 Permanent Housing, Water Testing Base Year - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2017 to 07/31/2018. Item 00030 Public Water Supply, Water Testing Base Year - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2017 to 07/31/2018 Item 00110 Seasonal Housing, Water Testing Option Year 1 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2018 to 07/31/2019. Item 00120 Permanent Housing, Water Testing Option Year 1 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2018 to 07/31/2019. Item 00130 Public Water Supply, Water Testing Option Year 1 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2018 to 07/31/2019. Item 00210 Seasonal Housing, Water Testing Option Year 2 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2019 to 07/31/2020. Item 00220 Permanent Housing, Water Testing Option Year 2 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2019 to 07/31/2020. Item 00230 Public Water Supply, Water Testing Option Year 2 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2019 to 07/31/2020. Item 00310 Seasonal Housing, Water Testing Option Year 3 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2020 to 07/31/2021. Item 00320 Permanent Housing, Water Testing Option Year 3 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2020 to 07/31/2021. Item 00330 Public Water Supply, Water Testing Option Year 3 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2020 to 07/31/2021. Item 00410 Seasonal Housing, Water Testing Option Year 4 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2021 to 07/31/2022. Item 00420 Permanent Housing, Water Testing Option Year 4 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2021 to 07/31/2022. Item 00430 Public Water Supply, Water Testing Option Year 4 - in accordance with Attachment 0001, Scope of Work, and applicable U.S. Dept. of Labor, Service Contract Act Wage Determination (TBD when awardee's place of performance is determined). Period of Performance: 08/01/2021 to 07/31/2022. + The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. + Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 2017) with their offer. + The clause at 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition, + The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JAN 2017), applies to this acquisition. The following FAR provisions are cited: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, and 52.222-55. + The following clauses apply to this acquisition: 52.204-12, 52.204-18, 52.232-40, 52.237-2, 52.237-3, and + 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 within 14 calendar days. (End of clause) + 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30days (60 days unless a different number of days is inserted) before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) + 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination: Employee Class: Medical Technician Series, 0645, GS-5 Step 2 Monetary Wage - Fringe Benefits: $14.13/hr + $2.54/hr = $16.67/hr (End of clause) + 52.222-49 Service Contract Labor Standards-Place of Performance Unknown. (MAY 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: None requested at time of solicitation. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by May 05, 2017. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) + 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless- (1) The product cannot be acquired- (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall- (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than- (i) October 31 of each year during contract performance; and (ii) At the end of contract performance. (End of clause) + 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): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm. For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of clause) + 1452.203-70 Restriction on Endorsements (JUL 1996) The Contractor shall not refer to contracts awarded by the Department of the Interior in commercial advertising, as defined in FAR 31.205-1, in a manner which states or implies that the product or service provided is approved or endorsed by the Government, or is considered by the Government to be superior to other products or services. This restriction is intended to avoid the appearance of preference by the Government toward any product or service. The Contractor may request the Contracting Officer to make a determination as to the propriety of promotional material. (End of clause) + Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Copy of Invoice on Company Letterhead. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) + AUTHORITIES AND DELEGATIONS (SEPT 2011) Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) + The following provisions apply to the solicitation: 52.204-16, 52.204-22, 52.217-5, 52.225-25, and + 52.233-2 "SERVICE OF PROTEST DEPARTMENT OF THE INTERIOR (JUL 1996) (DEVIATION)" (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 National Park Service, NE MABO, Charlestown, Navy Yard, Building I-1, Boston, MA 02129-4543 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protester to the Department of the Interior Assistant Solicitor for Procurement and Patents, 1849 C Street, NW, Room 6511, Washington, D.C. 20240." (End of provision) + 52.237-1 Site Visit. (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) + + 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): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm. For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of provision) + 52.252-5 Authorized Deviations in Provisions. (APR 1984) (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 the Interior (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) + EXPENSES RELATED TO OFFERS (NOV 2007) This solicitation does not commit the Government to pay any costs incurred in the submission of any proposal, in making necessary studies or designs for the preparation thereof, or to acquire or contract for any services. Costs shall not be incurred by recipients of this solicitation in anticipation of receiving direct reimbursement from the Government. It is understood that your bid/proposal/quote will become part of the official file on this matter without obligation to the Government. (End of provision) + Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer's decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: National Park Service Bureau Procurement Chief 200 Chestnut Street Philadelphia, PA 19106 (c) Requesting independent agency review will not extend the Government Accountability Offices (GAOs) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01125/listing.html)
- Place of Performance
- Address: National Park Service Cape Cod National Seashore 99 Marconi Site Road Wellfleet MA 02667 USA
- Zip Code: 02667
- Zip Code: 02667
- Record
- SN04484964-W 20170427/170425235056-05145ffa79b832f2e0feae76a63bc4a8 (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 |