Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2021 SAM #7082
SOLICITATION NOTICE

F -- EMERGENCY CHEMICAL RESPONSE PHONE NUMBER SERVICES

Notice Date
4/20/2021 12:03:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MF21QNFFK0023
 
Response Due
4/21/2021 9:30:00 AM
 
Archive Date
05/06/2021
 
Point of Contact
Shawana Randolph
 
E-Mail Address
shawana.randolph@noaa.gov
(shawana.randolph@noaa.gov)
 
Description
Amendment 2�to Solicitation�1333MF21QNFFK0023 is to post questions and the answers to the CSS and note ATTACHMENTS SHOULD BE KEPT UNDER 24MB. VENDOR CAN SEND MULTIPLE EMAILS IF NECCESSARY. Question and Answer EMERGENCY CHEMICAL RESPONSE PHONE NUMBER SERVICES 1333MF21QNFFK0023 Version 04.19.2021 Q:Which countries act as your shipping point of origin? �A: The 40 NMFS facility locations are all within the US or territories and will be the shipping point of origin. ���� 2. Q: Are you only shipping domestically in each of these countries? ��������������� ?If not, list the destination countries. �A:� Shipping may be conducted world-wide. ���� 3. Q:� In what countries do you intend to use the CHEMTREC phone number on SDS or product labels, and BOL�s? ���� A: The phone number will be placed on hazardous material Shipping papers. USDOT and OSHA compliant 24/7 hotline assistance for Hazardous Materials Shipping must be available� world-wide 4. Q: What changes were made to the posting. A: The Statement of work was updated to remove language that specifically stated the number needed to be a �1-800 number,� a 24-hour, 7 days a week (24/7) hotline or service was clarified throughout the document, �The established Emergency Response Information Provider� was added to the SOW, section III A. was updated along with the deliverable section. Contractors are encouraged to read the updated posted statement of work as all changes are not listed in this response. 5. Q: Are you requesting 40 lines? A: No, the �40� stated in the requirement is in regards to the 40 separate facilities that will utilize the Vendor provided USDOT and OSHA compliant 24/7 emergency response telephone number that NMFS will place on all NMFS hazardous material shipping papers. Amendment 1 to Solicitation�1333MF21QNFFK0023 is to extend the Close date to April 21, 2021 12:30 PM EST, provide questions and answers (attached) and to clarify requirements in the SOW and Combined Synopsis Solicitation.�� COMBINED SYNOPSIS/SOLICITATION� 24/7 Emergency Response Phone Services (THESE SERVICES WERE NOT PREVIOUSLY PROVIDED UNDER A PURCHASE ORDER THEREFORE THERE ISN�T AN INCUMBENT FOR THIS REQUIREMENT) �(I) 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 included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) The solicitation number for this procurement is 1333MF21QNFFK0023 and is hereby issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04 dated January 19, 2021. (IV) This solicitation is being issued as UNRESTRICTED. The associated NAICS code is 541620� The small business size standard is $16.5M. (V) This combined solicitation/synopsis is for the purchase of the following commercial item(s): A base (CLIN 0001) and 4 options periods (CLINS 1001-4001) Chemical Response Phone Number Services for Hazmat Shipping - 40 annual agreements to use across Fisheries. (VI) Description of requirements is as follows:� Non-Personal Services.� The established Emergency Response Information Provider shall provide a chemical emergency response service which provides current information and comprehensive assistance in emergency situations involving hazardous materials (dangerous goods). The contract must fulfill the U.S. Department of Transportation�s (DOT) mandate requiring hazardous material shippers to provide a 24-hour, 7 days a week (24/7) emergency response telephone number on shipping papers. Services will be in Accordance with the Statement of Work attached to the Beta.Sam combined synopsis/solicitation posting (VII)�Period of Performance: One, 12-month Base Year, followed by four, 12-month Option Years (VIII)� FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2020) Addendum, applies to this acquisition.� ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS ADDITIONAL QUOTE PREPARATION INSTRUCTIONS: NOTICE TO OFFERORS:� Instructions for submitting quotations under this request for quote must be followed.� Failure to provide all information to aid in the evaluation may be considered non-responsive.� Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. � Submission of Quotes Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Only Email quotes are acceptable and can be sent to Shawana.Randolph@noaa.gov � Vendors response to this Request for Quote shall consist of the following: Completed Standard Form 18 � with pricing and signature and response to all applicable Provisions and Clauses. Written/Detailed responses to each of the Evaluation criteria stated below Verification that the vendor is registered in SAM and has completed all On-Line Representations and Certifications and applicable response to FAR 52.212-3. Any Vendor agreements should be provided with the quote package and will require review by NOAA Office of General Counsel. QUOTES MUST BE VALID FOR 30 DAYS AFTER THE SYNOPSIS/SOLICITATION CLOSES ""THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES.� IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT"". (1) The offer must be prepared in two parts: A technical quote and a business/price quote. Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical quote must not contain reference to price; however, adequate information must be contained in the technical quote so that the offeror�s technical approach is sufficiently detailed to provide a clear and concise presentation that addresses all contract requirements and demonstrates a clear understanding of the requirements. (2) The offeror shall submit: a. Technical Quote: One (1) copy, electronic required. b. SF 18 Business/Price Quote: One (1) copy, electronic required. �(3) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below. (4) The Offerors shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation.� Offerors should note that taking exceptions to the Government�s requirements may indicate an unwillingness or inability to perform the contract, and the quote may be evaluated as such. � (b) Technical Quote Vendors shall submit the following in their technical quote:� Factor 1--Technical Capabilities:� Proposals need to detail out how the Service meets all the requirements as noted above in the Statement of Work.�� Factor 2--Past Performance: The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction. Offeror shall provide at least three (3) past performance references.� Provide Vendor name and contact name, address, phone number, cost, service period and description of the project. If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history.� Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation. The Government will use its discretion to determine the sources of past performance information used in the evaluation. Information utilized will be obtained from the references listed in the quote, other customers known to the Government, and others who may have useful and relevant information. Information will also be considered regarding any significant subcontractors and key personnel, who may be referenced.� Factor 3 - Cost/Price: The proposed prices/costs will be evaluated.� The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach. Quotes must adhere to the pricing structure established in the Price Schedule. The quote must include a price for all Contract Line Items (CLINS). (IX)� FAR 52.212-2, EVALUATION � COMMERCIAL ITEMS (OCT 2014), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on�� 1) Technical Capabilities�� 2) Past Performance 3) Price The Government intends to award a firm fixed-price purchase order on an all or none basis with payment terms of Net 30.�� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS�COMMERCIAL ITEMS (JAN 2021) applies and the quoter must submit a completed copy of the provision with its quote.� (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2018) applies to this acquisition and is included in the SF18. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) applies to this acquisition. See SF18 Clause for applicable clauses.� (XIII)� The clauses/provisions contained in the SF18 are also applicable to this acquisition.� Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. Quotes are required to be received in the contracting office no later than 12:30 P.M. EST on 04/21/2021. All quotes must be emailed to the attention of Shawana Randolph at Shawana.Randolph@noaa.gov CAM 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Shawana.Randolph@noaa.gov .� Questions should be received no later than Noon EST on� 04.20.2021. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.�� �(End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c5666b417134fbda085806a0615e864/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05977435-F 20210422/210420230119 (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.