Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

F -- Water System Testing and Maintenance | Critical Water & Utility Testing

Notice Date
5/3/2024 5:23:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0601
 
Response Due
5/13/2024 10:00:00 AM
 
Archive Date
06/12/2024
 
Point of Contact
Lakeisiha Davenport, Contract Specialist, Phone: 412-822-3777
 
E-Mail Address
Lakeisiha.Davenport@va.gov
(Lakeisiha.Davenport@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type Combined Solicitation/Synopsis Solicitation Number 36C24424Q0557 Posted Date 5/3/2024 Original Response Date 5/13/2023 @ 1:00PM Eastern Time Product or Service Code J046 Set Aside SDVOSB Set-Aside NAICS Code 541380 Contracting Office Address 1010 Delafield Road, Pittsburgh, PA 15215 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24424Q0601. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-03 effective 23 February 2024, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a SDVOSB Set-Aside. The NAICS Code is 541380 Testing Laboratories and Services and the Product Service Code (PSC) is J046 - Maintenance, Repair, and Rebuilding of Equipment Water Purification and Sewage Treatment Equipment and the business size standard is $19 million. The Pittsburgh Contracting Office is seeking a Critical Water and Utility Testing contract, for the Pittsburgh VAMC. The terms and conditions and Statement of Work (SOW) are included in Attachment 1. The Cost Price Schedule is included in Attachment 2. AMMI Standards is included in Attachment 3. Service Contract Act Wage Determinations applies to this acquisition and is provided in Attachment 4. Complete instructions for submitting a response to this solicitation are found in 52.212-1 Addendum -Instructions to Offerors. All offerors are advised to pay careful attention to the quote submission instructions as there are very specific instructions as what is required to be provided. Lowest Price Technically Acceptable will be the evaluation method used for this requirement. The guaranteed minimum for this contract is $5000.00 The period of performance (POP) is ESTIMATED to begin May 2024 May 2029. The Government intends to award a Five-Year IDIQ contract based on LPTA in response to this solicitation. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office via email to Lakeisiha.Davenport@va.gov. No questions will be answered after May 9, 2024 @10:00am EST. Any questions relating to previous (or current) award information shall be directed to the appropriate FOIA office. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. 1) Quotes shall be submitted through via email. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. Attachments shall include separated documents and titled similar to the below: a) Section I b) Section II c) Section III Any additional attachments, in addition to the above, will be identified below. The vendors are able to separate the Sections into additional parts (Section I - Part A, Section I Part B, etc.) if they find their attachments are too large. 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may automatically be considered non-responsive and not evaluated. A. Section I Administrative/Regulatory Page limit: None. Please be advised that this Section is not sent for technical evaluation. 1) Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. If exception to 52.222-41 applies in accordance with 52.204-8(c)(2)(v) or 52.212-3(k)(1) or 52.204-8(c)(2)(vi) or 52.212-3(k)(2) response shall include the certification as to which exception is applicable and why. 2) Vendors are advised that the requirements of 13 CFR ยง 125.6 are applicable to this solicitation and shall respond accordingly. The vendor shall include a breakdown regarding what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and SAM/DUNS. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. 3) Completed Certificate of Compliance for Services and Construction 852.219-75 shall be submitted. Failure to complete, sign and submit this certification will automatically result in a non-responsive determination and no further consideration for award. 4) In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. C. Section II Technical Please Note this section is not sent for Technical Evaluation. Page limit: 5 pages including any coversheets and table of contents. Exclusions to the page count are noted below. 1) Vendors shall provide a narrative which fully demonstrates how the offeror intends to meet the requirements of the Statement of Work (SOW). The following should also be submitted/addressed: a) Detailed explanation as to how the laboratory meets the qualifications of SOW Certifications shall be submitted. (Certifications are not included in the page count and shall be included as a separate documented labeled Section II Certifications ) b) Detailed explanation of the contractor s employees qualifications as described in SOW Section 3.3.1. c) Sample Testing Report (not included in the page count and shall be included as a separate document labeled Section II Testing Report Sample ) d) Sample Chain of Custody Document (not included in the page count and shall be included as a separate document labeled Section II Chain of Custody Sample ) e). A statement certifying that all employees and laboratories used will, for the life of the resultant contract, hold the same or better qualifications and certifications than those proposed in their technical quote. D. Section III Price. Please note, this section is not sent to the technical evaluators. Failure to follow these instructors may result in a non-responsive determination. Vendors shall include: 1) Completed (Pricing Sheet). a) Please only input unit prices and verify calculations on pricing schedule. b) It is not permissible for offerors to use offeror created CLINs or SUBCLINs. II. 52.212-2 - Evaluation of Quotations Offers IAW FAR 13.106-2
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef59307f66d243fb9e17c641b24f4766/view)
 
Place of Performance
Address: Department of Veterans Affairs Pittsburgh VAMC University Drive C, Pittsburgh 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN07052548-F 20240505/240503230037 (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.