MODIFICATION
F -- Water Sampling Services Base
- Notice Date
- 5/31/2023 9:17:40 AM
- Notice Type
- Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q1139
- Response Due
- 6/20/2023 4:00:00 PM
- Archive Date
- 07/20/2023
- Point of Contact
- Jamie Elbedawi, Contract Specialist
- E-Mail Address
-
jamie.elbedawi@va.gov
(jamie.elbedawi@va.gov)
- Awardee
- null
- Description
- ?.## SOLICITATION DESCRIPTION This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19 Million. The FSC/PSC is F103. The Department of Veterans Affairs Greater Los Angeles Healthcare System (VAGLAHS) has a requirement to for an analytical laboratory to perform: Portable Water Sampling, Waste Water Sampling, and Reverse Osmosis Critical Water Sampling for Greater Los Angeles VA Healthcare System (VA West Los Angeles, VA Sepulveda, and VA LAACC). The VHA Central Office requires all facilities to abide with the ""Safe Drinking Water Act (SDWA) which originally was passed into law in 1974. It was amended several times. The ""Reduction of Lead in Drinking Water Act"" was passed in January and amends the SDWA to the new lead-free standard to include NSF 61 and NSF 372. This is also in compliance with VA DIRECTIVE 0055 which prescribes the goals, roles and responsibilities and major requirements for Administration and Staff office on energy and water program management and reporting within the Department of Veterans Affairs. All interested companies shall provide quotations for the items listed in Section B of the RFQ Attachment, Page 4. Services Statement of Work (SOW) is included in the RFQ Attachment, pages 19 33. Place of Performance/Place of Delivery Address: GLAVAHCS 11301 Wilshire Blvd. Los Angeles, CA Postal Code: 90073 Country: UNITED STATES Address: SACC 16111 Plummer St. North Hills, CA Postal Code: 91343 Country: UNITED STATES Address: LAOPC 351 E. Temple St. Los Angeles, CA Postal Code: 90012 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors Commercial Items 2. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items NOV 2021. ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JAN 2022. The following subparagraphs of FAR 52.212-5 are applicable: (b)(1), (4), (8), (14)(i), (16), (21), (22), (27), (29), (30)(i), (31)(i), (32)(i), (33), (34), (35)(i), (36), (44), (58); (c)(1), (2), (4), (7), and (8). All quoters shall submit the following: as described in FAR 52.212-1 addendum. All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Jamie ElBedawi at Jamie.elbedawi@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price and past performance. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 17:00 MST on 06/20/2023 at Jamie.elbedawi@va.gov. ALL communication must be in writing ONLY, to this same email address. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Contract Specialist Jamie ElBedawi Jamie.elbedawi@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2dcd0beb3f8945558a585b6c3dde8d45/view)
- Record
- SN06699013-F 20230602/230531230107 (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 |