Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

B -- Industrial Hygiene Services Maryland

Notice Date
11/20/2020 9:45:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
W7ND USPFO ACTIVITY MD ARNG HAVRE DE GRACE MD 21078-4094 USA
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-21-Q-0002
 
Response Due
12/17/2020 7:00:00 AM
 
Archive Date
01/01/2021
 
Point of Contact
Bill Wittman, Scot Smythe
 
E-Mail Address
ng.md.mdarng.list.uspfo_arpc@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo_arpc@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UNITED STATES PROPERTY & FISCAL OFFICE FOR MARYLAND CONTRACTING DIVISION 301 OLD BAY LANE, STATE MILITARY RESERVATION HAVRE DE GRACE, MARYLAND 21078-4003 SUBJECT:������������ Request for Quotation (RFQ) W912K6?21?Q?0002 Industrial Hygiene (location refer to SOW) ������������������������������ Maryland Army National Guard (MDARNG) NAICS: 541618 PSC: B502 DATE:������������������� 05 NOV 2020 ISSUED BY:��������� United States Property & Fiscal Office (USPF&O) For Maryland ATTN: Scot Smythe, Contracting Specialist Contracting Division 301 Old Bay Lane, State Military Reservation Havre De Grace, MD 21078?4094 RFQ DUE DATE: No Later Than 01 DEC 2020 SCHEDULE OF SUPPLIES/SERVICES: Purpose: The Maryland National Guard is soliciting proposals for Contractor that can provide the necessary personnel, equipment, and materials required to conduct baseline, annual, and special industrial hygiene surveys and to prepare a comprehensive report for the specified facilities. . Synopsis: ""PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED."" YOU MUST INCLUDE YOUR CAGE CODE & DUNS NUMBER WITHIN YOUR PROPOSAL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) 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. Solicitation W912K6-21-Q-0002 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract issued in accordance with FAR 13.5 procedures. The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a total small business set-aside. The associated North American Industrial Classification System (NAICS) Code for this procurement is 541618 Other Management Consulting Services with a small business size standard of $15,000,000.00. This requirement is a Total Set Aside for small business. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-04. This requirement will be awarded on a commercial item Firm-Fixed Price contract under procedures of FAR Parts 12 and 13. Offer must be valid for 90 days. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://Acquisition.gov. Requirements: The contractor will provide the necessary personnel and materials required to conduct baseline, annual and special Industrial Hygiene (IH) Surveys and to prepare a comprehensive report for the specified facilities in accordance with (IAW) the Statement of Work (SOW).� The contractor should be able to perform IH Surveys and submit final reports IAW the SOW.� Scheduling of surveys must be performed within six (6) weeks after contracts has been awarded.� All final reports and supporting documents must be completed no later than (NLT) sixty (60) days after the last survey has been completed. Contract Type and Evaluation Criteria: A single firm fixed price contract will be awarded to the vendor that best meets the criteria set forth of this solicitation. Basis for award is ""Best Value"" with the quote that provides the greatest overall benefit to the government with consideration of price, past performance and technical capability and acceptability. Delivery Schedule:. Scheduling of surveys must be performed within four (4) weeks after contracts has been awarded. All final reports and supporting documents must be completed no later than (NLT) sixty (60) days after the last survey has been completed. Period of performance: The Period of performance will be 1 Year, plus 4 optional years. Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/ . System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (BETASAM) website on-line at https://www.fbo.gov/. BETASAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with BETASAM before accessing the system. BETASAM registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the BETASAM website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to ng.md.mdarng.list.uspfo-arpc@mail.mil by 20 NOV 2020 Use quote W912K6-21-Q-0002 in Subject line. Quotes Submission: Quotes should be submitted by email (preferred method) to the Contracting Office at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than 01 DEC 2020. Quotes shall be clearly marked RFQ W912K6-21-Q-0002. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Administrative Information State Sales Tax Exemption Number is 3000500-4 Agency Point of Contact is Cynthia Harrison����� cynthia.s.harrison2.civ@mail.mil Contracting Point of Contact is USPF&O Contracting Division: ng.md.mdarng.list.uspfo-arpc@mail.mil All invoices are to contain the Contractor�s Name, Contract Number, Employer Identification Number, Invoice Number, and indicate the CLIN�s that are applicable to that invoice.� Invoices should state whether partial or final.� Invoices are to be entered into the Wide Area Workflow (WAWF) system with a copy furnished to the Contracting Point of Contact of this contract.� Invoice inquiries are to be directed to Commercial Accounts ng.md.mdarng.mbx.mdcomaccts@mail.mil or� Natalie Polk natalie.l.polk.civ@mail.mil and /or 410-942-8462. The Contractor must be System for Award Management (SAM) Registered (previously was Central Contractor Registration, CCR) and remain SAM registered through the duration of this project. Coordinate with the State POC to arrange for facility survey visits and once a final schedule is created, send a copy to the ARNG Region North IH Office. DELIVERY OF SERVICES: REFER TO ATTACHMENTS (SOW & LOCATION SPREADSHEET) ����������� Applicable Clauses/Regulations: 12.301������������������ Solicitation provisions and contract clauses for the acquisition of commercial items 12.602 ���������������� Streamlined evaluation of offers 52.204-7����������� �System for Award Management. 52.204-10������������ Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13�������� �System for Award Management Maintenance. 52.204-14������������ Service Contract Reporting Requirements 52.204-16��������� �Commercial and Government Entity Code Maintenance 52.204-23 ���������� Prohibition on Contracting for Hardware, Software and Services ������������������������������� �������������� ��������������� Developed or Provided by Kaspersky Lab and other Covered Entities 52.204-25������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance ���������� ��������������� Services of Equipment 52.209-6����������� Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 ������������ Updates of Publicly Available Information Regarding Responsibility Matters 52.212-1(g)�������� Instructions to Offerors 52.212-2�� ����������Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated ��on technical acceptability and price. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4�������������� Contract Terms and Conditions -- Commercial Items 52.212-5�������������� Contract Terms and Conditions Required To Implement Statutes or Executive ��������������������� ��������������� Orders-Commercial Items 52.219-6����������� �Notice of Total Small Business Set-Aside 52.219-8�������������� Utilization of Small Business Concerns 52.219-9�������������� Small Business Subcontracting Plan 52.219-28���������� Post Award Small Business Program Representation. 52.222-3����������� �Convict Labor. 52.222-19���������� Child Labor-Cooperation with Authorities and Remedies. 52.222-21���������� Prohibition of Segregated Facilities. 52.222-26��������� �Equal Opportunity. 52.222-36���������� Affirmative Action for Workers with Disabilities 52.222-41���������� Service Contract Labor Standards 52.222-42��������� �Statement of Equivalent Rates for Federal Hires 52.222-50������������ Combating Trafficking in Persons 52.222-55���������� Minimum Wages Under Executive Order 13658 52.223-5������������ �Pollution Prevention and Right-to-Know Information 52.223-18���������� Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13���������� Restrictions on Certain Foreign Purchases. 52.225-25, ���������Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-39 ���������� Unenforceability of Unauthorized Obligation 52.232-40���������� Providing Accelerated Payments to Small Business Subcontractors 52.233-3������������ Protest after Award. 52.233-4������������ Applicable law for Breach of Contract Claim. 52.223-5����������� �Pollution Prevention and Right-to-Know Information 52.237-1�������������� Site Visit 52.237-2, �����������Protection of Government Buildings, Equipment, and Vegetation. 52.237-3�������������� Continuity of Services 52.245-1 ������������ Government Property 52.246-16 ���������� Responsibility for Supplies 52.247-34,�������� �F.O.B. Destination 252.203-7000, ��Requirements Relating to Compensation of Former DoD Officials 252.203-7002, ��Requirement to Inform Employees of Whistleblower Rights 252.203-7005, ��Representation Relating to Compensation of Former DoD Official 252.203-7996, ���Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements � Representation. 252.203-7997, ���Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements 252.204-7000����� Disclosure of Information 252.204-7003����� Control of government personnel work product 252.204-7004 ����Alt A, System for Award Management applies to this acquisition. 252.204-7006����� Billing instructions 252.204-7008����� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009����� Limitations on the Use or Disclosure of Third Party 252.204- 7011,� �Alternative Line Item Structure 252.204-7012����� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, ���Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003����� Item unique identification and valuation 252.225-7001 �� Buy American and Balance of Payments 252.225-7021 �� Trade Agreements 252.232-7003����� Electronic submission of payment requests and receiving reports 252.232-7006 ���Wide Area Workflow Payment Instructions 252.239-7001 �� Information Assurance Contractor Training and Certification 252.232-7010, ���Levies on Contract Payment 252.244-7000,�� �Subcontracts for Commercial Items (JUN 2013) 252.247-7023, ���Transportation of Supplies by Sea 52.204-24��������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in�4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�(Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at�52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items. ������(a)�Definitions.�As used in this provision� ������Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component�have the meanings provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ���� �(b)�Prohibition. (1)�Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ����������������(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. �����������(2)�Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ����������������(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.betasam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ������(d)�Representation.�The Offeror represents that� �����������(1)It�?�will,�?�will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and �����������(2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It�?�does,�?�does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. ������(e)�Disclosures.� (1)�Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)For covered equipment� ���������������������(A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); ���������������������(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ����������������(ii)For covered services� ���������������������(A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �����������(2)�Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)For covered equipment� ���������������������(A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); ���������������������(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ����������������(ii)For covered services� ���������������������(A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-26 Covered Telecommunications Equipment or Services-Representation. Covered Telecommunications Equipment or Services-Representation (Oct�2020) ����� (a) Definitions. As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". � � � (c) (1) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. ���������� (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it ? does, ? does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (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): http://acquisition.gov/ 52.252-2, Clauses Incorporated by Reference 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): http://acquisition.gov/ CMRA: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report all Contractor manpower, including subcontractor manpower, required for performance of this Contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: 1.) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; 2.) Contract number, including task and delivery order number; 3.) Beginning and ending dates covered by reporting period; 4.) Contractor name, address, phone number, email address, identity of Contractor Employee entering data; 5.) Estimated direct labor hours, including subcontractors; 6.) Estimated direct labor dollars paid this reporting period, including subcontractors; 7.) Total payments, including subcontractors; 8.) Predominant Federal Service Code (FSC) reflecting services provided by Contractor, and separate predominant FSC for each subcontractor if different; 9.) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 10.) Locations where Contractor and subcontractors perform the work (specified by Zip Code in the United States and nearest City/Country, when in an overseas location, using standardized nomenclature provided on website); 11.) Presence of deployment or contingency contract language, and; 12.) Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each government fiscal year and must be reported and must be reported by the 31st of October of each calendar year. The contractor must be SAM registered. Invoicing will be submitted electronically through WAWF. . Department of Defense FAR contract clause 252.232?7006 Wide Area Workflow (WAWF) Payment applies. CLIN REGION EXT. PRICE 0001 BASE YEAR 0002 CRMA Total Price $
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/028642c61dac4b3cb9ec6321a44517a5/view)
 
Place of Performance
Address: Havre de Grace, MD 21078, USA
Zip Code: 21078
Country: USA
 
Record
SN05857840-F 20201122/201120230142 (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  © 1994-2020, Loren Data Corp.