Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2019 SAM #6604
SOLICITATION NOTICE

F -- Environmental Sampling and Lab Analysis

Notice Date
12/27/2019 5:59:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
FA6202 102 FW LGC OTIS ANGB BUZZARDS BAY MA 02542 USA
 
ZIP Code
02542
 
Solicitation Number
W50S80-20-Q-0002
 
Response Due
1/3/2020 8:00:00 AM
 
Archive Date
01/30/2020
 
Point of Contact
Kerry Wells, Phone: 508-968-4978
 
E-Mail Address
kerry.a.wells2.civ@mail.mil
(kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W50S80-20-Q-0002. This solicitation is issued as 100%�total small business set aside; the associated North American Industry Classification System (NAICS) code is 541380 and size standard is $16.5 Million. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-03 effective 13 Dec 2019 and DFARS Publication Notice 20190531 effective 1 Oct 2019. This requirement is intended to be awarded as a single, firm-fixed price contract utilizing procedures under FAR Part 13, Simplified Acquisition Procedures. ������������������������������������������������������ Services non-personal. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to perform the following: LINE ITEM 0001: BASE YEAR WWTP, Cape Cod Canal Monitoring Wells Monthly Sampling and Lab Analysis requirements in accordance with Performance Work Statement (PWS): 1) Static Water Level, 2) Specific Conductance, 3) pH QUANTITY: 48 Each � LINE ITEM 0002: BASE YEAR WWTP, Cape Cod Canal Monitoring Wells Quarterly Sampling and Lab Analysis requirements (October, January, April, and July) in accordance with PWS: 1) Total Nitrogen (Note: NO3+NO2+TKN), 2)Nitrate - Nitrogen, 3)VOC's, 4) Total Phosphorus, 5) Orthophosphates. QUANTITY: 16 Each LINE ITEM 0003: BASE YEAR WWTP Influent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD, 2) TSS, 3) Total Solids, 4) Amonia - Nitrogen. QUANTITY: 12 Each � LINE ITEM 0004: BASE YEAR WWTP Influent - Biannual Lab Analysis requirements (January and July) in accordance with PWS: Volatile Organic Compounds (EPA Method #624). QUANTITY: 2 Each � LINE ITEM 0005: BASE YEAR WWTP Effluent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD-5, 2) TSS, 3) Total Solids, 4) Oil and Grease, 5) VOC9EPA 624 Method), 6) Nitrate - Nitrogen, 7) Total Nitrogen (Note: NO3+NO2+TKN), 8) Total Phosphorus, 9) Orthophosphate, 10) Amonia - Nitrogen, 11) Fecal Coliform. QUANTITY: 12 Each � LINE ITEM 006: BASE YEAR Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA �� LINE ITEM 1001: OPTION YEAR ONE WWTP, Cape Cod Canal Monitoring Wells Monthly Sampling and Lab Analysis requirements in accordance with Performance Work Statement (PWS): 1) Static Water Level, 2) Specific Conductance, 3) pH QUANTITY: 48 Each � LINE ITEM 1002: OPTION YEAR ONE WWTP, Cape Cod Canal Monitoring Wells Quarterly Sampling and Lab Analysis requirements (October, January, April, and July) in accordance with PWS: 1) Total Nitrogen (Note: NO3+NO2+TKN), 2)Nitrate - Nitrogen, 3)VOC's, 4) Total Phosphorus, 5) Orthophosphates. QUANTITY: 16 Each LINE ITEM 1003: OPTION YEAR ONE WWTP Influent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD, 2) TSS, 3) Total Solids, 4) Amonia - Nitrogen. QUANTITY: 12 Each �� LINE ITEM 1004: OPTION YEAR ONE WWTP Influent - Biannual Lab Analysis requirements (January and July) in accordance with PWS: Volatile Organic Compounds (EPA Method #624). QUANTITY: 2 Each � � LINE ITEM 1005: OPTION YEAR ONE WWTP Effluent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD-5, 2) TSS, 3) Total Solids, 4) Oil and Grease, 5) VOC9EPA 624 Method), 6) Nitrate - Nitrogen, 7) Total Nitrogen (Note: NO3+NO2+TKN), 8) Total Phosphorus, 9) Orthophosphate, 10) Amonia - Nitrogen, 11) Fecal Coliform. QUANTITY: 12 Each � LINE ITEM 1006: OPTION YEAR ONE Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA ��� LINE ITEM 2001: OPTION YEAR TWO WWTP, Cape Cod Canal Monitoring Wells Monthly Sampling and Lab Analysis requirements in accordance with Performance Work Statement (PWS): 1) Static Water Level, 2) Specific Conductance, 3) pH QUANTITY: 48 Each � LINE ITEM 2002: OPTION YEAR TWO WWTP, Cape Cod Canal Monitoring Wells Quarterly Sampling and Lab Analysis requirements (October, January, April, and July) in accordance with PWS: 1) Total Nitrogen (Note: NO3+NO2+TKN), 2)Nitrate - Nitrogen, 3)VOC's, 4) Total Phosphorus, 5) Orthophosphates. QUANTITY: 16 Each �� LINE ITEM 2003: OPTION YEAR TWO WWTP Influent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD, 2) TSS, 3) Total Solids, 4) Amonia - Nitrogen. QUANTITY: 12 Each � LINE ITEM 2004: OPTION YEAR TWO WWTP Influent - Biannual Lab Analysis requirements (January and July) in accordance with PWS: Volatile Organic Compounds (EPA Method #624). QUANTITY: 2 Each LINE ITEM 2005: OPTION YEAR TWO WWTP Effluent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD-5, 2) TSS, 3) Total Solids, 4) Oil and Grease, 5) VOC9EPA 624 Method), 6) Nitrate - Nitrogen, 7) Total Nitrogen (Note: NO3+NO2+TKN), 8) Total Phosphorus, 9) Orthophosphate, 10) Amonia - Nitrogen, 11) Fecal Coliform. QUANTITY: 12 Each � LINE ITEM 2006: OPTION YEAR TWO Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA �� LINE ITEM 3001: OPTION YEAR THREE WWTP, Cape Cod Canal Monitoring Wells Monthly Sampling and Lab Analysis requirements in accordance with Performance Work Statement (PWS): 1) Static Water Level, 2) Specific Conductance, 3) pH QUANTITY: 48 Each �� LINE ITEM 3002: OPTION YEAR THREE WWTP, Cape Cod Canal Monitoring Wells Quarterly Sampling and Lab Analysis requirements (October, January, April, and July) in accordance with PWS: 1) Total Nitrogen (Note: NO3+NO2+TKN), 2)Nitrate - Nitrogen, 3)VOC's, 4) Total Phosphorus, 5) Orthophosphates. QUANTITY: 16 Each LINE ITEM 3003: OPTION YEAR THREE WWTP Influent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD, 2) TSS, 3) Total Solids, 4) Amonia - Nitrogen. QUANTITY: 12 Each � LINE ITEM 3004: OPTION YEAR THREE WWTP Influent - Biannual Lab Analysis requirements (January and July) in accordance with PWS: Volatile Organic Compounds (EPA Method #624). QUANTITY: 2 Each � LINE ITEM 3005: OPTION YEAR THREE WWTP Effluent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD-5, 2) TSS, 3) Total Solids, 4) Oil and Grease, 5) VOC9EPA 624 Method), 6) Nitrate - Nitrogen, 7) Total Nitrogen (Note: NO3+NO2+TKN), 8) Total Phosphorus, 9) Orthophosphate, 10) Amonia - Nitrogen, 11) Fecal Coliform. QUANTITY: 12 Each � LINE ITEM 3006: OPTION YEAR THREE Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA �� LINE ITEM 4001: OPTION YEAR FOUR WWTP, Cape Cod Canal Monitoring Wells Monthly Sampling and Lab Analysis requirements in accordance with Performance Work Statement (PWS): 1) Static Water Level, 2) Specific Conductance, 3) pH QUANTITY: 48 Each � LINE ITEM 4002: OPTION YEAR FOUR WWTP, Cape Cod Canal Monitoring Wells Quarterly Sampling and Lab Analysis requirements (October, January, April, and July) in accordance with PWS: 1) Total Nitrogen (Note: NO3+NO2+TKN), 2)Nitrate - Nitrogen, 3)VOC's, 4) Total Phosphorus, 5) Orthophosphates. QUANTITY: 16 Each LINE ITEM 4003: OPTION YEAR FOUR WWTP Influent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD, 2) TSS, 3) Total Solids, 4) Amonia - Nitrogen. QUANTITY: 12 Each � LINE ITEM 4004: OPTION YEAR FOUR WWTP Influent - Biannual Lab Analysis requirements (January and July) in accordance with PWS: Volatile Organic Compounds (EPA Method #624). QUANTITY: 2 Each � LINE ITEM 4005: OPTION YEAR FOUR WWTP Effluent Monthly Lab Analysis requirements in accordance with PWS: 1) BOD-5, 2) TSS, 3) Total Solids, 4) Oil and Grease, 5) VOC9EPA 624 Method), 6) Nitrate - Nitrogen, 7) Total Nitrogen (Note: NO3+NO2+TKN), 8) Total Phosphorus, 9) Orthophosphate, 10) Amonia - Nitrogen, 11) Fecal Coliform. QUANTITY: 12 Each �� LINE ITEM 4006: OPTION YEAR FOUR Contractor Manpower Reporting (CMR) in accordance with PWS. QUANTITY: 1 EA � //END LINE ITEMS// EVALUATION FACTORS: The contract will be made on the basis of best value to the Government, pricing information and other factors considered. Selection will be based on the following evaluation factors (FAR 52.212-2): (1) Price, and (2) Past Performance. Evaluation factors will be weighed equal. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Each offeror shall submit Past Performance Information on three (3) contracts performed within the last five (5) years for services comparable to the government�s requirement demonstrating your ability to perform the proposed effort.� Offerors are authorized to provide information on problems encountered on the referenced (identified) contracts to include corrective actions taken by the offeror as remedy. �Offerors are cautioned that the Government shall use data provided by each offeror in the evaluation of past performance. Past Performance shall include contract number, company name and address, contract information including phone number and email address, type of service preformed, and contract value.� Past Performance shall be rated on an acceptable or unacceptable basis using the following: Acceptable: Based on the offerors performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offerors performance record is unknown. (See note below. Unacceptable: Based on the offerors performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered �acceptable.� ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses.� Provisions and clauses applicable to this requirement can be viewed on attachment �B08_W912SV-20-Q-6002_Provisions & Clauses.� SUBMITTAL REQUIREMENTS: In addition to submitting your quote and past performance information, please include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, and Payment Terms.� Quotes (to include Submittal Requirements mentioned above) must be submitted via email no later than (NLT) the date and time specified to kerry.a.wells2.civ@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kerry.a.wells2.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/890941fc1d464f5393c3e36aaa260c21/view)
 
Place of Performance
Address: Buzzards Bay, MA 02542, USA
Zip Code: 02542
Country: USA
 
Record
SN05524341-F 20191229/191227230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.