Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

D -- COVID-19 Wastewater Data Testing

Notice Date
2/23/2021 11:50:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75P00121Q00029
 
Response Due
3/2/2021 9:00:00 AM
 
Archive Date
03/17/2021
 
Point of Contact
Jennifer Browning, Phone: 2028976096, Lashawn Haggins
 
E-Mail Address
jennifer.browning@psc.hhs.gov, lashawn.haggins@psc.hhs.gov
(jennifer.browning@psc.hhs.gov, lashawn.haggins@psc.hhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i)� This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12 and FAR 13.5, as associated with the RFP�document attachments to this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. � ����������������������������������������� (ii)� The solicitation number is 75P00121Q00029 (iii)� This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04 (iv) This is a total small business set aside for NAICS code 541380, small business size standard $16.5M (v)� List of contract line item number(s) and items, quantities and units of measure � Reference the following attachments comprising the RFP documents: Attachment A. Statement of Objectives / RFP Attachment B. Quality Management Plan Template Attachment C. Question and Answer Template Attachment D. Instructions and Evaluations Attachment E. EPA Wastewater Facilities Attachment F. FIPS Attachment G. NWSS DCIPHERE Data Dictionary �(vi) �Description of Requirement � The purpose of this�RFP is to outline proposed Contractor support to assist the HHS Office of the Chief Information Officer (OCIO) with leveraging wastewater data to detect trends in COVID-19 cases in the community and including that data in the HHS Protect Program. Reference the above RFP documents attached to this posting. �(vii)� Delivery of these services is anticipated to start March 12, 2021 with a Base Period as follows: CLIN 1 �Base Period, Phase 0 and Phase 1:� 12 weeks (viii)� The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020), applies to this acquisition. (ix)� The provision at FAR 52.212-2, Evaluation � Commercial Items (OCT 2014), applies to this acquisition. The Government intends to award a contract as a result of this synopsis/solicitation to the responsible offeror who provides the Lowest Price and is Technically Acceptable (LPTA) in accordance with this solicitation.� � (x)� Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (JUN 2021) with its offer or acknowledge its listing in the System for Award Management (SAM) website. �(xi)� The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial (Oct 2018), applies to this acquisition. � (xii)� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2021), applies to this acquisition.� The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509); (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009; (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note); (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note); (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)); (25) 52.222-3, Convict Labor (JUN�2003); (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126); (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015); (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246); �30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); �(33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627); (55) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332); (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). � (xiii) The following additional clauses are applicable to this acquisition: FAR 52.203-19 � Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017); FAR Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), . � The following Health and Human Services Acquisition Regulations (HHSAR) clauses apply to this acquisition: HHSAR 352.222�70, Contractor Cooperation in Equal Employment Opportunity Investigations; HHSAR 352.239�74, Electronic and Information Technology Accessibility. The following additional provisions are applicable to this acquisition: FAR 52.203-18 � Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation, HHSAR 352.203-70 Anti-Lobbying (Dec 2015), and HHSAR 352.208-70 Printing and Duplication (Dec 2015) � (xiv)� DPAS � N/A (xvi)��Proposals are due on March 2, 2020 at 12:00PM EST, electronically to the attention of Lashawn Haggins at lashawn.haggins@psc.hhs.gov and Jennifer Browning at jennifer.browning@psc.hhs.gov.� (xvii)� Email questions using the template in Attachment C before 5:00PM EST, February 24, 2021, to LaShawn Haggins, Contract Specialist at lashawn.haggins@psc.hhs.gov and Contracting Officer, Jennifer Browning at jennifer.browning@psc.hhs.gov regarding the solicitation.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dda684f07d9e4c2d80cf28967eb3b209/view)
 
Place of Performance
Address: Washington, DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN05923962-F 20210225/210223230111 (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.