SOLICITATION NOTICE
F -- MORA-MNT 2019 PARKWIDE WATER TESTING
- Notice Date
- 4/2/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NPS, PWR - OLYM MABO<br />Mount Rainier National Park<br />Attn: lisa_olson@nps.gov<br />55210 238th Ave E<br />Ashford<br />WA<br />98304-9751<br />US<br />
- ZIP Code
- 98304
- Solicitation Number
- 140P8319Q0021
- Response Due
- 4/18/2019
- Archive Date
- 5/3/2019
- Point of Contact
- Olson, Lisa
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (effective 01-22-2019). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov. The solicitation number is 140P8319Q0021, and the solicitation is issued as a Request for Quotation (RFQ) for various water testing and analyses on samples from approximately 15 potable water and wastewater sampling sites at Mount Rainier National Park. The NAICS code is 541380 with an associated small business size standard is $15.0M. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. Interested quoters must be registered in the System for Award Management (SAM) database before their quote will be considered. If the quoter is not registered in SAM, they may do so through the SAM website at https://www.sam.gov. ACQUISITION DESCRIPTION: The National Park Service, Mount Rainier National Park (MORA), has a requirement for a Washington State certified laboratory to provide all labor, equipment, pick-up, testing and reports for ongoing waste water and drinking water samples collected by the government, in accordance with the attached statement of work (SOW). Approximately 480 water tests will be required annually. Weekly pick-up at an agreed upon location near Ashford, WA is required. The period of performance for the base year is expected to be upon award or 5/1/2019 to 4/30/2020. The government intends to award a contract for one base period with four (4) option periods. LOCATION: Sample pick-up location shall be near Ashford, WA 98304 which is located on WA State Route 706 East. AWARD INFORMATION - BEST VALUE PROCUREMENT: The Government intends to make a Firm Fixed Price, Simplified Acquisition, Best Value award to the responsible Offeror whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate offers: technical capability and past performance. Evaluation will utilize Simplified Acquisition (FAR Part 13) procedures. The government reserves the right to make award without discussions. CLAUSES & PROVISIONS. The following provisions are applicable to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.203-18 52.204-07 52.204-16 52.209-2 52.222-22. Offerors are required to be registered in SAM.gov in order to be eligible for consideration for award. The website address for SAM is https://sam.gov. 52.252-01 The following clauses are applicable to this solicitation: 52.212-4 52.204-13 52.204-18 52.232-40 52.204-13 52.252-02 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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __30__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 __0 months, 5 years__. (End of clause) 52.212-5 applies to this acquisition and includes the following clauses: 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.222-41, 52.222-55, 52.223-18, 52.225-13, 52.232-33. DOI Local Clause: The clause, "DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP)" is applicable to the awarded contract. IPP REGISTRATION NOT REQUIRED UNTIL AFTER AWARD. The clause, in full text, is as follows: 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: Vendor's actual business invoice. 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 CCR) 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 CLAUSE. REPS/CERTS - - Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed electronic reps/certs in SAM.gov. ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED via email LISA_OLSON@NPS.GOV. Reference the solicitation number in the subject line of the email. Questions must be received no later than 5 calendar days prior to the quote due date. Any questions received after that time may or may not be answered prior to the RFQ closing date. ATTACHMENTS: 1. Att_1 (Bid Sheet) 2. Att_2 Statement of Work 3. Att_3 DOL Wage Determination 4. Standard Form 18 WHEN AND WHERE TO SUBMIT QUOTE: Quotations must be received electronically at Mount Rainier National Park no later than THURSDAY, APRIL 18, 2019 at 5:00 P.M., PACIFIC DAYLIGHT TIME Anticipated award date is the week of April 28, 2019 or sooner. Quotes must be submitted to LISA_OLSON@NPS.GOV, referencing the solicitation number. WHAT TO INCLUDE IN QUOTE: 1. Business name, address, phone number, and DUNS number, 2.Point of contact name, phone number, and email address, 3. Att_1 Bid Sheet with complete pricing for the base year and four (4) option years, 4. Name of Washington State certified laboratory where tests will be performed, 5. Signature of official authorized to bind you organization. 6. Copy of completed provision 52.212-3 paragraphs (c) through (u), or paragraph (b) if offeror has completed the annual Representations and Certifications electronically in SAM.gov. POINT OF CONTACT FOR THIS SOLICITATION is Lisa Olson, Contracting Officer, Mount Rainier National Park, telephone: 360-569-6543, email lisa_olson@nps.gov. The government reserves the right to amend or cancel this solicitation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8319Q0021/listing.html)
- Place of Performance
- Zip Code: 98304-9751
- Record
- SN05268491-F 20190404/190402230056 (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 |