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

R -- Base Sampling and Analysis NFARS

Notice Date
5/3/2024 10:34:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
 
ZIP Code
14304-5000
 
Solicitation Number
FA667024Q0003
 
Response Due
5/10/2024 10:00:00 AM
 
Archive Date
05/25/2024
 
Point of Contact
James McCormick, Phone: 716-236-2177, Matthew Crum, Phone: 716-236-2213
 
E-Mail Address
james.mccormick.21@us.af.mil, matthew.crum.9@us.af.mil
(james.mccormick.21@us.af.mil, matthew.crum.9@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Department of the Air Force Niagara Falls ARS Requirement Title: Niagara ARS Sampling and Analysis Solicitation Number: FA667024Q0003 Solicitation Issue Date: 19Apr 2024 Response Deadline: 10 May 2024 no later than 1:00 PM EDT Point(s) of Contact: Matthew Crum, Contracting Officer James McCormick, Contract Specialist Email Address: matthew.crum.9@us.af.mil; james.mccormick.21@us.af.mil General Information This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�subpart� 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only�solicitation; proposals are being requested and a written�solicitation�will not be issued. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Only firm fixed price offers will be evaluated. 1. This solicitation is being issued as a Request For Quotation (RFQ) in accordance with FAR subpart 12.6. 2. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular 2024-03 Defense Federal Acquisition Regulation Change 03/26/2024 Department of the Air Force Federal Acquisition Circular 2023-0707 3. This acquisition is a 100% Small Business set aside. The North American Industry Size Classification System (NAICS) code associated with this requirement is 541620. The Small Business Size Standard associated with this NAICS is $19,000,000. Requirement Information The 914 MSG/CE has a requirement for Monitoring, Sampling and Analysis Services on Niagara Falls Air Reserve Station in accordance with the attached Performance Work Statement and associated documents: Attachment 0: Combined Synopsis Solicitation RFQ (this document). Attachment 1: S&A PWS � 12 Jan 24 Attachment 2: CDAP Example � CDAP D15P-NFAB MultiMedia CDAP 20210312 rev7 Attachment 3: Final NFARS SWPPP � May 2023 Attachment 4: MOSF Monitoring Well Map Attachment 5: VOCs Attachment 6: CP-51_ Table 2 Attachment 7: SVOCs Attachment 8: Final_NFARS_MOSF_SAP_Rev 1_May 2023 Attachment 9: S&A Contractor Proposal Price List Attachments are too large to provide via Email, please contact James McCormic at james.mccormic.21@us.af.mil for instructions to receive all Attachments via the DoD Safe fire sharing website. Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Deliver to Niagra Falls Air Reserve Station Instructions to Offerors To be considered responsive, offerors must submit the following via e-mail to james.mccormick.21@us.af.mil and matthew.crum.9@us.af.mil by the RFQ Deadline of 10 May 2024, 1:00 pm EDT: 1. Quote (Contractor�s Price Proposal) 2. Examples of Past Performance Demonstrating Technical Capability Quote � Contractor�s quote should identify pricing for the Base Year and Each Option year separately and should match the line items identified in the attached S&A Contractor Price Proposal List. Contractors may use this spreadsheet to submit their pricing. If a contractor provides their own quote sheet, they should be sure it provides the same level of pricing detail. Examples of Past Performance Demonstrating Technical Capability � Contractors must provide a minimum of 2, maximum of 4, examples of past performance of the tasks specified in this requirements PWS. Examples should be recent (within the last 5 years) and relevant (similar in nature to the tasks required under this PWS.) Examples should, when combined, represent successful completion of the majority of tasks required under this PWS. Examples should demonstrate monitoring, sampling and analysis aspects, and make it clear how these tasks were accomplished. Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation, an offeror must be registered to receive Federal awards in SAM.gov and also have the NAICS code associated with this RFQ indicated on their SAM record. This notice does not obligate the Government to award the contract; It does not restrict the Government's ultimate approach; Nor does it obligate the Government to pay for any quote preparation costs. Vendors who wish to respond to this notice must send responses NLT 10 May 2024, 1:00pm EDT via email (subject: FA667024Q0003) to James McCormick at james.mccormick.21@us.af.mil and Matthew Crum at matthew.crum.9@us.af..mil. Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact James McCormick at james.mccormick.21@us.af.mil or Matthew Crum at matthew.crum.9@us.af..mil Evaluation Criteria This is a competitive commercial acquisition.� The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered.� The following factors shall be used to evaluate offers: Price Technical Capability with Past Performance Each category will be evaluated as follows: Price The Total Evaluated Price shall be the total price proposed by the contractor (Base Year plus all Option Years) combined with the pricing under Clause 52.217-8 Option to Extend Services. To calculate pricing under Clause 52.217-8 the total proposed price for Option Year 4 will be divided by 0.5 (one half). The total calculation is represented as follows: Contractors Total Proposed Price + (Contractors Price for Option Year 4� x� 0.5) = Total Evaluated Price Technical Capability with Past Performance Technical Capability with Past Performance shall be evaluated by reviewing the minimum of 2 examples provided by the contractor demonstrating performance of Sampling and Analysis similar in nature to that required under this Performance Work Statement. Contractor information must demonstrate that they are capable of performing Sampling and Analysis tasks required for this contract. Performance must be both recent and relevant. Contractor examples will be considered recent if it was performed in the last 5 years. It will be considered relevant if it demonstrates sampling and analysis activities similar in nature to those required under this PWS. Technical Capability with Past Performance will be evaluated as either Acceptable or Unacceptable as follows: Acceptable � Contractor Technical Capability with Past Performance information is recent, relevant and adequately demonstrates they are capable of performing the requirements under this PWS. Unacceptable � Contractor Technical Capability with Past Performance information is either not recent/relevant, or it does not adequately demonstrate they are capable of performing the requirements under this PWS. Final award will be made to the contractor with the lowest Total Evaluated Price whose Technical Capability with Past Performance is Acceptable. The government intends to award this contract without discussions, but it reserves the right to open discussions should it be in the Governments best interests. Amendment 01 The purpose of this amendment is to provide revisions to two attachments as follows: Attachment 4 - MOSF Monitoring Sell MAP is replaced by Attachment 4 - MOSF Monitoring Well Map�rev1 Attachment 8 - Final_NFARS_MOSF_SAP_Rev 1_May 2023 is replaced by Attachment 8 - Final NFARS�MOSF SAP Rev 1 May 2023 rev1 All other attachments remain unchanged. Amendment 02 The purpose of this amendment is to provide Answers to Contractor Questions in the attachment ""Contractor Questions and Answers 1"".
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/83c437f6a0ef4f87b144ccd424ee6706/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN07052646-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.