Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,2000 PSA#2618

Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, Az85364

F -- ANALYTICAL SERVICES FOR YUMA AREA OFFICE, YUMA ARIZONA SOL 00SQ340200 DUE 062100 POC Myra Cordero, Contract Specialist, 520-343-8134, Fax: 520-343-8568 E-MAIL: Click here for the Contract Specialist, mcordero@lc.usbr.gov. This is a combination synopsis/solicitation for commercial items 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 a written solicitation will not be issued. The solicitation number 00-SQ-34-0200 is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This is a Small Business Set-Aside. SIC is 8734. Standard Size is $5.0 Million. The Bureau of Reclamation, Yuma Area Office, Yuma Desalting Plant, intends to enter into a Requirements Contract for 1 Base Year and 4 Option Years for analytical services. The quantities listed are estimated for a 365 day period. Item 0001 Method 8081 for Pesticides: 30 Ea, $_____ Ea; Item 0002 Method 8260 for Volatiles GC/MS: 30 Ea $_____ Ea; Item 0003 Method 8270 for Semi-Volatiles: 30 Ea, $_____ Ea; Item 0004 Method 6010B Metals: 30 Ea, $_____ Ea; Item 0005 Method 9095 for Paint Filter: 100 Ea, $_____ Ea; Item 0006 Method 9045 PH: 100 Ea, $_____ Ea; Item 0007 Method 5030 Prep/8021 B Test Benzene Toluene Ethylbenzene Xylene: 100 Ea, $_____ Ea; Item 0008 Method 418.1AZ AZ TRPH in Soil (418.1 Modified): 100 Ea, $_____ Ea; Item 0009 Method 5030 prep/8150 TPH as Gasoline: 100 Ea, $_____ Ea; Item 0010 Method 8015 AZ CC-C32 Hydrocarbons: 100 Ea, $_____ Ea; Item 0011 Method 3550 prep/8270B Test PAH by GC/MS1: 100 Ea, $_____ Ea; Item 0012 Method 3010A/3020A prep/6010B/7470A/7740 Test/EPA 1311 TCLN: 100 Ea, $_____ Ea; Item 0013 Method 8082 for PCBS in Soil or Wipes: 100 Ea, $_____ Ea; Item 0014 Method 8151A for Herbicides: 100 Ea, $_____ Ea; Item 0015 Method 7471 for Mercury: 100 Ea, $_____ Ea; Item 0016 Method 9014 for Cyanide: 100 Ea, $_____ Ea; Item 0017 Method 9222D for Fecal Coliform: 30 Ea, $_______; Item0018 Method ASTM Standard D-93-79 or D-93-80 Pensky Martin Flash Point: 30 Ea, $_____ Ea; 25 Ea; Note: Method 6010B Metals includes: Aluminum, Antimony, Arsenic, Barium, Beryllium, Cadmium, Calcium, Chromium, Cobalt, Copper, Iron, Lead, Magnesium, Manganese, Nickel, Potassium, Selenium, Silver, Sodium, Thallium, Vanadium and Zinc. Items 001 through 0018 require written test results to be provided to the government within 10 working days. Offers shall also include a factor or percent of increase for any of the above listed tests which require a 24-hour and 48-hour turnaround. FOB is Destination. Delivery shall be made to the Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, AZ 85364. The proposed work is for analytical services for the Yuma Area Office. The Contractor including any subcontractors shall have the following three (3) certifications: Certified in the State of Arizona, State of California, and EPA Certificate. A copy of certifications must be submitted with pricing. The Government reserves the right to perform an on-site audit of the successful contractors laboratory/facility. The contractor shall provide all materials necessary to takeand transport samples, to include but not limited to glassware, preservatives, blue ice, and ice chest, etc. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition; 52.212-2 Evaluation -- Commercial Items (Jan 1999) -- (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: (i) price (ii) technical capability of the item offered to meet the Government requirement; (iii) past performance (see FAR 15.304); and (iv) geographical location of laboratory/facility. Technical, past performance, and geographic location when combined, are equal to cost/price. (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. Bidders shall submit a list of three (3) recent/relevant references for past performance evaluation, list shall include Name of Firm, Contact person, Phone number, and contract/purchase order number and date(s) services rendered. Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer. The clause at FAR 52.212-4 Terms and Conditions -- Commercial Items is applicable to this acquisition. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items applies to this acquisition with the following clauses applicable (1), (5), (7), (11), (12), (13), (14), (15), (17), (23)and (c)(1) 52.222-41, Offerors shall request the applicable Department of Labor (DOL) Service Contract Act Wage Determination. The DOL Wage Determination will be made available upon receipt of facsimile request for the prospective offeror/bidder for their respective location; (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) -- In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination, Employee Class Monetary Wage -- Fringe Benefits, Laboratory Technician, $13.41per hour; and (3) 52.222-43. The following clauses are incorporated as an addendum to 52.212-4; 52.216-18 Ordering, Orders may be issued from the date of award through the last day of the performance period; 52-216-19 Order Limitations, (a) minimum order -- one (1) Each. (b) Maximum Order, the Contractor is not obligated to honor -- (1) Any order for a single item in excess of the maximum for the total estimated quantities of all line items for the performance period; (2) Any order for a combination of items in excess of the maximum for all line items or (3) a series of orders from the same ordering office within the same day, and; 52.216-21 Requirements, the contractor shall not be required to make any deliveries under this contract after the contract performance period is completed. Theseclauses are incorporated by reference and a full text of any clause may be accessed electronically at the following address http://www.arnet.gov/far. Interested parties must submit those items identified in this synopsis/solicitation to Myra Cordero at the address above within 10 calendar days of this notice. See Note 1. Posted 06/07/00 (W-SN462574). (0159)

Loren Data Corp. http://www.ld.com (SYN# 0037 20000609\F-0007.SOL)


F - Natural Resources and Conservation Services Index Page