Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOLICITATION NOTICE

H -- Respiratory Fit Testing - Industrial Hygiene Program Support

Notice Date
2/1/2024 6:44:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0240
 
Response Due
2/8/2024 8:00:00 AM
 
Archive Date
02/23/2024
 
Point of Contact
Robert O'Keefe Jr., Contracting Officer, Phone: 410-642-2411 x 25481
 
E-Mail Address
robert.okeefejr@va.gov
(robert.okeefejr@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. Introduction: A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. B. This solicitation is a total set aside for competition among Service-Disabled Veteran Owned Small Business (SDVOSB). In accordance with VAAR 852.215-70, Eligible service-disabled veteran-owned offerors, an offeror must be registered and verified in Veteran Small Business Certification (VetCert) database (Veteran Small Business Certification (sba.gov)). The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $19 million. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-04 and VAAR Update 2008-36. The full text of the provisions and clauses can be obtained from the following websites: https://www.acquisition.gov/browse/index/far and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its quote via Email to Robert.Okeefejr@va.gov. Offeror must provide the following information with its quote: A. Offeror s legal entity name, address, SAM Unique Entity Identifier (UEI) number. B. GSA Schedule Contract Number, Ultimate Contract Completion Date, and ordering line-item(s) information (if applicable). C. Information that demonstrates your company s technical capability of performing Respiratory Fit Testing services in accordance with the attached Statement of Work for VA or other government entities. D. Completed Price Schedule See Attached Price/Cost Schedule E. Acknowledgement of the attached Washington DC Wage Determination. 3. Date & time quotes are due: February 8, 2024 at 11:00 AM Eastern. 4. Each response must meet the minimum requirements of the solicitation. The Government will award a contract to the responsible quoter whose quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered IAW FAR 13.106-3(a). The Government will be awarding the acquisition based on Lowest Price Technically Acceptable (LPTA). 5. Description of Work: A. Contractor will provide all resources necessary for performing Respiratory Fit Test for VA Staff and during VA Scheduling requirements. See the accompanying Work Statement for details. B. Contract Line-Item Numbers, quantities, unit of measure: (See Attached Price/Cost Schedule). 6. The provision at 52.212-1, Instructions to Offerors Commercial Services (MAR 2023), applies to this acquisition, including the following addenda: 52.204-7, System for Award Management (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); 52.209-7, Information Regarding Responsibility Matters (OCT 2018); 52.233-2, Service of Protest (SEPT 2006). Fill-in information: the Contracting Officer at Robert.Okeefejr@va.gov; 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), applies to this acquisition, including the following addenda: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); 52.217-9, Option to Extend the Term of the Contract (MAR 2000) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021); 852.201-70, Contracting Officer s Representative (DEC 2022); 852.203-70, Commercial Advertising (MAY 2018); 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION); 852.215-71, Evaluation Factor Commitments (OCT 2019); 852.232-72, Electronic Submission of Payment Requests (NOV 2018); and 852.242-71, Administrative Contracting Officer (OCT 2020). 9. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JUN 2023), applies to this acquisition, including the additional FAR clauses cited in the clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018); 52.219-8, Utilization of Small Business Concerns (OCT 2022); 52.219-14, Limitations on Subcontracting (OCT 2022); 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) 52.219-28, Post Award Small Business Program Representation (MAR 2023); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (JUN 2020); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); 52.222-37, Employment Reports on Veterans (JUN 2020); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (NOV 2021); 52.222-54, Employment Eligibility Verification (MAY 2022); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). 10. 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.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b6cd54affaa4237a2324f5e21a86b2a/view)
 
Place of Performance
Address: ** See Statement of Work for details **, Washington 20422
Zip Code: 20422
 
Record
SN06952070-F 20240203/240201230039 (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.