Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOLICITATION NOTICE

H -- ENVIRONMENTAL SERVICES, PNSY-KITTERY, ME; NSA CUTLER- CUTLER ME; NSA PROSPECT HARBOR- PROSPECT HARBOR, ME; SERE SCHOOL- RANGELEY, ME; AND GREAT POND ADVENTURE CENTER- AURORA, ME

Notice Date
2/26/2020 8:03:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520Q2520
 
Response Due
3/5/2020 11:00:00 AM
 
Archive Date
03/20/2020
 
Point of Contact
Dawn R Fernando, Phone: (207) 438-4619, Jeannette Vincent, Phone: 2074384619
 
E-Mail Address
dawn.fernando@navy.mil, jeannette.vincent@navy.mil
(dawn.fernando@navy.mil, jeannette.vincent@navy.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
N4008520Q2520-03 - Amendment 03 is issued to extend the quote due date from 02 March 2020 at 2:00PM (EST) to 05 March 2020 at 2:00PM (EST) and to provide: Governments response to Requests for Information (RFI) Revised Section 0200000 C Management and Administration Revised Section 1800000 J Environmental Bldg. 375 Floor Plans Please see separate attachment labeled �Amendment 03 Attachments� for items 1-4 listed above. COMMANDER NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) MID-ATLANTIC ACQUISITIONS OFFICE 9324 VIRGINIA AVE, BLDG Z-140, ROOM 116 NAVAL STATION NORFOLK, VA 23511 NAVFAC RFQ NUMBER:� N4008520Q2520 ENVIRONMENTAL SERVICES, PNSY-KITTERY, ME; NSA CUTLER- CUTLER ME; NSA PROSPECT HARBOR- PROSPECT HARBOR, ME; SERE SCHOOL- RANGELEY, ME; AND GREAT POND ADVENTURE CENTER- AURORA, ME NOTICE:� QUOTES ARE DUE BY 2:00PM (EST) ON�5 MARCH 2020 Quotes are to be submitted as listed below: Quotes that are sent via the United States Postal Service or a commercial carrier, such as Federal Express, shall be addressed to: PWD MAINE Acquisition Attn:� Dawn Fernando Bldg. 59, Portsmouth Naval Shipyard Portsmouth, NH 03804-5000 Quotes that are hand delivered shall be delivered to Acquisition, 1st Floor Bldg. 59, Portsmouth Naval Shipyard, Kittery, ME. All Contractor personnel shall obtain access to the installation through enrollment and registration in the Defense Biometric Identification System (DBIDS).� See item B.24 for additional information. Section B- Supplies or Services and Prices B.1 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 in this notice.� This announcement constitutes the only solicitation:� Quotes are being requested and a written solicitation will not be issued. B.2 Contract Title:� N4008520Q2520 Environmental Services, PNSY-Kittery, ME; NSA Cutler- Cutler ME; NSA Prospect Harbor- Prospect Harbor, ME; Sere School- Rangeley, ME; AND Great Pond Adventure Center- Aurora, ME is issued as a Request for Quote (RFQ).� B3. Type of Contract:� THIS IS A NEW REQUIREMENT and will be a combination Firm-Fixed-Price and Indefinite Delivery/Indefinite Quantity (IDIQ) service type contract as noted in the Evaluation- Commercial Items. B.4 Minimum Guarantee:� The Firm-Fixed-Price portion, of the base year only, is the minimum guarantee for this contract. B.5 Set-Aside:� This procurement is set aside for Women Owned Small Businesses. B.6 NAICS Code:� The NAICS code assigned to this procurement is 541380, Laboratory Testing, with a small business size standard of $16,500.000.00.� Refer to System for Award Management (SAM) at https://beta.sam/gov and FAR 52.219-1 Small Business Program Representations (OCT 2014). B.7 Wage Determination:� Service Contract Act Wages are included in this request for quote.� Refer to Section J, Attachments. B.8 Bid Guarantee/Bonding Requirements:� There are not bid guarantee/bonding requirements for this procurement. B.9 Contract Term:� This contract contains provisions for a base period with four (4) option periods, not to exceed a total of sixty (60) months.� See contract clause FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000).� In the option periods, the Government may adjust the prices, if applicable, based on a new Department of Labor Wage Determination. B.10 Place of Performance:� Environmental Services will be performed at PNSY-Kittery, ME; NSA Cutler- Cutler ME; NSA Prospect Harbor- Prospect Harbor, ME; Sere School- Rangeley, ME; AND Great Pond Adventure Center- Aurora, ME B.11 Point of Contact: The pre-award point of contact for this project is Dawn Fernando at 207-435-4619.� Please forward any questions regarding this project in writing to dawn.fernando@navy.mil.� Alternate POC is Jeannette Vincent at 207-438-4619; jeannette.vincent@navy.mil. B.12 Site Visit:� No site visit is scheduled at this time.� All contract specifications provided in the solicitation will be sufficient for contractors to provide quotes.� The contractor may submit a Request for Information (RFI) to the Government as described in B.21 below. B.13 Evaluation of Quotes:� Proposers shall submit a lump sum price for CLINs 0001 through 0010 and a unit price for Exhibit A through Exhibit E, referenced in Section J.� For purposes of evaluating offers for award, the Government will utilize the pricing submitted for the base year and all option periods.� Refer to FAR 52.217-5, Evaluation of Options (JULY 1990). B.14 Evaluation of Past Performance:� Offerors shall clearly demonstrate capability to perform services as the prime contractor on contracts similar in size, scope, and complexity to the RFQ within the past five (5) years.� The prime contractor will not be found acceptable on the basis of a subcontractor�s past performance. IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL.� If there is not a completed CPARS evaluation, the Past Performance Questionnaire (PPQ) provided as an attachment for the Offeror or its team mebers to submit to the client for each project the Offeror includes with its quote.� AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. In addition to the above, the Government may review other sources of information for evaluating past performance.� Other sources may include, but are not limited to, Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance and Integrity Information System (FAPIIS), and any other known sources not provided by the Offeror. White the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance rest with the Offeror. B.15 Basis of Award:� The basis of award will be Low Price/Technically Acceptable (LPTA).� The low Offeror for purposes of award shall be the conforming, responsive Offeror offering the lowest price for contract CLINS 0001-0010.� Offers are solicited on an �all or none� basis.� Failure to submit offers for all items and quantities shall be cause for rejection of the offer.� For the offer to be Technically Acceptable, the Offeror shall submit a narrative response that clearly describes qualifications to perform inspections and collect samples using EPA, OSHA, and State of Maine recommended methods and guidance as required in Section J-1800000-03, Sampling Frequencies and Section J-1800000-03, De-Leading and Abatement of PNSY Small Arms Training Center. B.16 Items and Sub-Line Items: a. Offerors shall enter unit prices and amounts for Contract Line Items (CLINs) and Exhibit Line Items (ELINs) as indicated in the schedules.� Attachment J-0200000-06 ELINs Environmental Testing is provided as an excel document.� There shall be no changes made by the Offeror to columns A-D in recurring services and columns A-E on non-recurring services.� Offerors are expected to fill in unit price, extended price, subtotals and totals on each tab of the spreadsheet. b. In the event there is a difference between the unit price and the extended total amount, the unit price will be held to be the intended offer and the total of the CLIN, SLIN, and ELINs will be recomputed accordingly.� If the Offeror provides a total amount for a CLIN, SLIN or ELIN, but fails to enter the unit price, the total amount divided by the CLIN, SLIN, or ELIN quantity will be held to be the intended unit price. c. The schedule of Recurring Work (CLINs 0001, 0003, 0005, 0007, and 0009) and the schedule for Non-Recurring Work (CLINs 0002, 0004, 0006, 0008 and� 0010) will be used as the basis for deductions in accordance with FAR 52.246-4- Inspection of Services- Fixed Price (AUG 1996) B.17 Indefinite Quantity Individual Contract Line Item Quantities:� Once the estimated quantities for an individual line item shown on the schedule have been ordered, additional quantities may be ordered as long as the overall not-to-exceed (NTE) amount per contract year is not exceeded and the Contractor agrees by signing the task order. B.18 Unit Price Adjustments in Option Periods:� This contract incorporates the Service Contract Labor Standards statute (SCLS).� The Wage Determinations incorporated in Section J is for the Base Period performance period only.� The latest Wage Determination available at the time for each option exercise will be incorporated into the contract and the unit prices will be adjusted in accordance with FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards- Price Adjustment (Multiple Year and Option Contracts) (AUG 2018).� The contractor warrants, by submission of his bid/offer, that the bid/offer price does not include contingency for future wage increases. B.19 Period of Performance: The period of performance will be determined at the time of award, but it is anticipated to be 1 June 2020 � 31 May 2021 for the base year. The contractor is cautioned to recognize that the initial term of the contract may be for a period of less than one year.� Offers shall be submitted for the performance of work for a period of one year.� In the event that the period of performance is less than one year, the Government will reduce the individual line item quantities to reflect the contract term and no other adjustments to the pro-rated contract price will be made. B.20 Contractor Support of Electronic Facilities Support Contracting (e-FSC):� This procurement allows for the use of FEDMALL (formally DOD EMALL) for issuing orders.� B.21 Request for Information/Clarification Questions:� Contractors are required to review the entire solicitation package before submitting questions.� All RFIs are due no later than 2pm EST on Tuesday, 18 February 2020 and shall be emailed to dawn.fernando@navy.mil and jeannette.vincent@navy.mil. B.22 RFQ Files:� Solicitations are posted to Opportunities via SAM.BETA website (https://sam.beta.gov) as mandated by our Agency.� By necessity, these files are protected to prevent unauthorized editing.� It is the sole responsibility of the Offeror to obtain the RFQ files, along with any amendments from this website.� Unprotected editable file copies of the RFQ documents, including Word, Excel and/or .pdf files (Adobe Acrobat files) will not be provided.� Please plan accordingly. B.23 Notice to Offerors: Offerors are required to submit Section J, Exhibit Line Item Numbers (ELINs) with the offer.� The total of the CLIN is equal to the sum of the ELINs as shown below: CLINs������������������� ELINs 0001���������������������� A001-A006 0002���������������������� A700-A706 0003���������������������� B001-B006 0004���������������������� B700-B706 0005���������������������� C001-C006 0006���������������������� C700-C706 0007���������������������� D001-D006 0008���������������������� D700-D706 0009���������������������� E001-E006 0010���������������������� E700-E706 B24: Quote Delivery: � NOTICE TO OFFEROR: ��������������� Defense Biometric Identification System (DBIDS): Access to Installation:� All Contractor personnel shall obtain access to the installation through enrollment and registration in the Defense Biometric Identification System (DBIDS). The Contractor shall provide the Contracting Officer with the name of their designated Service Contractor Administrator (SCA) for enrollment in DBIDS.� � DBIDS Program:� DBIDS is an enterprise identity management and perimeter installation access control solution in which Contractor personnel who enroll and are approved, are subsequently granted access to the installation for a period up to three years, or the length of the contract, whichever is less, and are not required to a new pass from the Base Pass and Identification Office for each visit.� There are no fees associated with obtaining DBIDS credentials.� The Government performs background screening and credentialing.� Throughout the year, the Contractor employee must continue to meet background screening standards.� Periodic background screenings are conducted to verify continued DBIDS participation and installation access privileges.� DBIDS access privileges will be immediately suspended or revoked if at any time a Contractor employee becomes ineligible. DBIDS Credentials: Contractor employees shall furnish a completed copy of the SECNAV 5512/1 form to obtain the required background check and visit the local Navy Installation Visitor Control Center to obtain a DBIDS credential once approved.� The SECNAV 5512/1 form and additional information about DBIDS can be found at https://www.cnic.navy.mil/om/dbids.html. The contractor may initiate the adjudication process when a background screen failure results in disqualification from participation in DBIDS and the Contractor employees do not agree with the reason for disqualification.� The Contractor may also apply for a waiver when a background screening failure results in disqualification from participation in DBIDS.� The Commanding Officer will be the final waiver determination authority.� The Contractor shall immediately collect employees DBIDS credentials and notify the Contracting Officer in writing: That an employee has departed the company without having properly returned or surrendered their DBIDS credentials That there is a reasonable basis to conclude that an employee, or former employee, might pose a risk, compromise, or threat to the safety or security of the installation or anyone therein. DBIDS Paper Passes:� In the event that a visitor, vendor, or Contractor employee elects not to enroll in DBIDS, the individual will be issued a paper pass from the Base Pass and Identification Office in order to access the installation.� The time standard for validity of a pass to access an installation will not be more than thirty (30) days and may be further restricted based on local policy or by Federal, DOD, Navy and CNIC guidance. The Government will not be responsible for any cost or lost time associated with obtaining paper passes or added vetting or inspections incurred by non-participants in the DBIDS credentialing process. The Contractor shall obtain the required employee badges and vehicle passes from the Government at its own expense, or daily passes at no additional cost.� Each employee shall wear the Government issued badge over the front of the outer clothing.� When an employee leaves the Contractor�s service, the employee�s Passes and Badges shall be returned within five (5) calendar days. Be advised by this notice that the level of security at various Naval Installations may change at any time.� As the level of security heightens, the amount of time required to gain access to all Navy Installations also increases. Attachments: 0100000 C General Information v2.3 0200000 C Management and Administration v2.9 0200000 F Management and Administration v2.8 0200000 J Management and Administration v2.6 1800000 C Environmental v2.1 1800000 F Environmental v2.2 1800000 J Environmental v2.1 J-0200000-04 PNSY Station Regs J-0200000-06 ELINs Environmental Testing Wage Determination WD 2015-4001 Rev 12 12.23.19 Wage Determination WD 2015-4007 Rev 11 12.23.19 Wage Determination WD 2015-4009 Rev12 12.23.19 Wage Determination WD 2015-4011 Rev 12 12.23.19 Past Performance Questionnaire Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3e7ee2bc71fd4f74aac3a382d5f923c2/view)
 
Place of Performance
Address: Kittery, ME 03904-5000, USA
Zip Code: 03904-5000
Country: USA
 
Record
SN05572867-F 20200228/200226230254 (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.