Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

Q -- Q-Testing of Diaquat & Paraquat, Endothall and HAAS in Water EPA method

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-12-T-0017
 
Response Due
4/9/2012
 
Archive Date
6/8/2012
 
Point of Contact
Holger Hasic, 00496371867058
 
E-Mail Address
European Regional Contracting Office
(holger.hasic@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined 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; proposals are being requested and a written solicitation will not be issued. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000180Each Diaquat & Paraquat Analysis FFP Water Testing for Diaquat & Paraquat Analysis EPA method 549.2 in accordance with the Performance Work Statement (PWS) FOB: Destination PURCHASE REQUEST NUMBER: WK4UPX2045S001 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0002115Each Endothall by EPA 548.1 FFP Water Testing for Endothall by EPA method 548.1 in accordance with the Performance Work Statement (PWS) FOB: Destination PURCHASE REQUEST NUMBER: WK4UPX2045S001 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0003149Each HAAS by EPA Method FFP Water Testing for HAAS by EPA method 552.3 in accordance with the Performance Work Statement (PWS) FOB: Destination PURCHASE REQUEST NUMBER: WK4UPX2045S001 CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 ADDENDUM TO 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.232-36 Payment by Third Party FEB 2010 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2012) (DEVIATION) PERFORMANCE WORK STATEMENT 1. GENERAL: This is a non-personnel services contract to provide Laboratory Sciences (LS), U.S. Army Public Health Command Region-Europe (PHCR-Europe) analysis of drinking water. 1.1 BACKGROUND: PHCR-Europe Laboratory Sciences (LS) is an ISO 17025:2005 accredited Environmental & Biological Testing Laboratory operating an integrated ISO 9001/14001 Quality and Environmental Management System. We require a contract laboratory to perform low cost high volume analysis of drinking water for the presence of trace level organic contaminants for Endothall, HAA5, and Diquat & Paraquat. 1.2. SCOPE OF WORK: The Contractor shall provide trace level analysis for organic contaminants in water samples submitted by PHCR-Europe, LS. 1.3 SAFETY REQUIREMENTS: The Contractor shall maintain safety and health standards compliant with requirements of the Occupational Safety and Health Administration (OSHA) or comparable Host Nation Safety Bodies. 1.4SECURITY REQUIREMENTS: The Contractor shall be responsible for the security of all information. No personal identifying information will be transmitted electronically in the performance of this contract. 1.4.1. Neither the Contractor nor any of its contract service providers shall disclose or cause to disseminate any information concerning operations of military activities. Such action(s) could result in violation of the contract and possible legal actions. 1.4.2. All inquiries, comments or complaints arising from any matter observed, experienced, or learned of as a result of or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, shall be directed to the contracting officer representative (COR) and the contracting officer. 1.4.3 The Contractor shall only conduct business with designated government personnel listed as points of contact (POCs). Names of authorized personnel shall be provided to the Contractor by the government, in writing, and updated as necessary throughout the contract period. 1.4.4 U.S. Government records, copies of original results and reports, verified original data, corrected data, and corrected supporting final reports may be maintained by the Contractor, but remain the property of the U.S. Government. These files/results must be surrendered to the COR. 1.5IDENTIFICATION OF PRIVACY ACT. This contract requires the development of a system of records in accordance with the Privacy Act of 1974. 1.6PERFORMANCE QUALITY: The Contractor shall establish and maintain a complete Quality Control Plan IAW applicable regulations. 1.7Turnaround Time (TAT). Turnaround time is the time from receipt of samples in the laboratory to the transmittal of analytical data by mail, courier, electronic transfer, or facsimile to the customer. The turnaround time is based on 24 hour day times the number of calendar days. 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. The term as used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. PHYSICAL SECURITY. Actions that prevent the loss or damage of government property. 2.1.5. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.6. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.7. SUBCONTRACTOR. One that enters into a subcontract and assumes some of the obligations of the primary Contractor. 2.1.8. WORK DAY. The number of hours per day the Contractor provides services. 2.1.9. WORK WEEK. Is defined as Monday through Sunday (dependent on workload and mobilization requirements). 2.2 ACRONYMS: List all acronyms used in the PWS and what they represent. ARArmy Regulation CORContracting Officer Representative COTSCommercial Off the Shelf DADepartment of the Army KOContracting Officer (the only person that can obligate the government and approve modifications to the contract) MEDCOMU.S. Army Medical Command POCPoint of Contact PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QCQuality Control QCPQuality Control Program TATTurnaround Time 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: No Government Furnished Items will be used in the performance on this request. 3.1 MATERIALS. All materials, equipment, consumables, instrumentation are the responsibility of the contractor. 3.2 FACILITIES. None 3.3 GOVERNMENT SERVICES. None 3.4 GOVERNMENT QUALITY ASSURANCE (QA). 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: The Contractor shall furnish all supplies, equipment, and services required to perform work under this contract. 4.1 PERSONNEL QUALIFICATIONS. Only personnel deemed qualified by the contractor IAW ISO 17025:2005 or equivalent standards may perform analysis on samples provided for analysis. 4.2. MATERIALS. The Contractor shall provide all necessary materials required to perform analysis. 4.3 EQUIPMENT. The Contractor shall all necessary equipment, instrumentation, or automation requirements necessary to perform analysis. 5. DESCRIPTION OF WORK: 5.1SERVICES. Perform analysis of trace level organic contaminants; Endothall by EPA method 548.1, HAA5 by EPA method, and Diquat & Paraquat by EPA method 549.2. 5.2Subcontracting is not authorized unless the contractor first obtains the permission of the customer. 5.3Analysis must be performed under a valid ISO 17025 accreditation (or equivalent) and must meet drinking water compliance testing criteria. 5.4DELIVERABLES. Provide analytical results electronically and within turnaround times after receipt in contractor laboratory: Routine: < Fourteen (14) Calendar Days Immediate: < Seven (7) Calendar Days Emergent: < 72-96 hours (method dependent) 6. APPLICABLE REGULATIONS AND MANUALS: Applicable ISO Standard or equivalent. 7. ATTACHMENT/TECHNICAL EXHIBIT LIST: None 8. POINTS OF CONTACT: 8.1Technical POC: Dr. Heinz F. Stahl Phone: +49-6371-86-7259 Fax: +49-6371-86-7054 Email: heinz.stahl@us.army.mil 8.2 COR:Mr. Barrington A. Peart Phone: +49-6371-86-7745 Fax: +49-6371-86-8054 Email: barrington.peart@us.army.mil 8.3 Test America: Mr. Bernard Kirkland: bernard.kirkland@testamericainc.com Ms. Deborah Harbuck: deborah.harbuck@testamericainc.com Phone: (912) 354-7858 CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 CLAUSES INCORPORATED BY FULL TEXT ADDENDUM TO 52.212-1 INSTRUCTIONS TO VENDORS The following paragraphs are hereby amended: Para (a) Does not apply to this RFQ. Para (b) Replace subparagraph (4) with the following: (4)Technical Factor. The vendor must explain how you will comply with the requirements in the request for quote by submitting a written quote which describes: Technical evaluation factors Endothall, HAA5 and Diquat & Paraquat: 1.The contractor shall provide analysis of trace level organic contaminants; Endothall by EPA method 548.1, HAA5 by EPA method 552.3 and Diquat & Paraquat by EPA method 549.2. 2.The contractor shall be accredited to ISO 17025 (or equivalent) and perform all analysis IAW their scope of accreditation. 3.The contractor shall provide analytical results electronically and within turnaround times after receipt in contractor laboratory: Routine 14 calendar days, Immediate 7 calendar days, Emergent 72-96 hours. 4.The contractor shall provide equipment, instrumentation, or automation requirements necessary to perform analysis. 5.The contractor shall provide qualified personnel to perform analysis on samples provided for analysis. All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. Para (c) Change 30 to 60. Para (d) Does not apply to this request for quote (RFQ). Para (i) Does not apply to this RFQ. Add the following: Para (m) Does not apply to this RFQ. Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: holger.hasic@amedd.army.mill Vendors may call Holger Hasic 06371-86-7058 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to holger.hasic@amedd.army.mil or Fax 06371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13. 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.212-2 Evaluation - Commercial Items JAN 1999 ADDENDUM TO FAR 52.212-2 (a) The Government will issue a Blanket Purchase Agreement (BPA) order to the quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) quote. If any one technical evaluation factors below is rated "Unacceptable," then the Government will no longer consider issuing an order to that quoter, thus the quoter will be ineligible for award. The following technical evaluation factors shall be used to evaluate all quotes. Factor I - Technical. Technical EvaluationStandardStandard 1.The contractor can provide analysis of trace level organic contaminants; Endothall by EPA method 548.1, HAA5 by EPA method 552.3 and Diquat & Paraquat by EPA method 549.2.AcceptableUnacceptable 2.The contractor is accredited to ISO 17025 (or equivalent) and perform all analysis IAW their scope of accreditation. 3.The contractor can provide analytical results electronically and within turnaround times after receipt in contractor laboratory: Routine 14 calendar days, Immediate 7 calendar days, Emergent 72-96 hours. 4.The contractor can provide equipment, instrumentation, or automation requirements necessary to perform analysis. 5.The contractor has qualified personnel to perform analysis on samples provided for analysis. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINS were priced by the offeror. If the offeror failed to price all CLINS, the quote will not be considered for award. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote which meets the technical evaluation factors identified in the solicitation. UNACCEPTABLE: A quote which fails to meet one or more of the technical evaluation factors identified in the solicitation. (b) A written order, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall constitute an offer by the Government to buy the services/supplies called for in this RFQ. A contract will be established when the quoter accepts the Government's offer. (c) The word "quoter" shall be substituted for the word "offeror" wherever it appears in FAR 52.212-3, Alternate I and DFARS 252.212-7000. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2012) ALTERNATE I (APR 2011) SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due 09 April 2012 before 10:00 AM Central European Time. Offers may be sent via email to holger.hasic@amedd.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Holger Hasic, phone # 011 49 6371 86 7058.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-12-T-0017/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02707228-W 20120329/120328000051-16cb21238201ed05653e483dcc04d96a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.