Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2015 FBO #4792
SOLICITATION NOTICE

H -- HEPA Filter Testing & Certification - Attachment One (1) - Statement Of Work

Notice Date
1/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-15-0028
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment Two (2) Contract Clauses, Provisions & SCA Wage Determination Attachment One (1) - Statement Of Work (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial services and supply contract for a five (5) year period. (iv) This combined synopsis/solicitation Request for Quote is being issued as a small business set aside. The NAICS code is 541380, the small business size standard is 15.0 million dollars, or less. (v) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health and Inspection Service (APHIS) National Plant Germplasm Quarantine Center (NPGQC) High Containment BSL-3 facility located at BARC-East, Bldg. 580, Powder Mill Road, Beltsville, MD 20705. The objective of this procurement is to obtain contractor services for the inspection, testing, certification and repair of the 53 In-Place HEPA filters units located at their facility. (vi) REQUIREMENT AND LINE ITEM PRICING: The contractor shall provide a price for the below line items for EACH contract year. The resulting contract will have a total of twenty (20) line items, 4 line items for each contract year. The government estimates a five (5) year contract. Line item 001 Annual inspection, testing and certification, including reports per the SOW for the 53 HEPA filters; Line item 002 - Hourly labor rate repairs; Line item 003 - Replacement Parts; Line item 004 - Travel charges, if applicable. Since the pricing for parts cannot be determined in advance, parts for this contract are time and material line items and are reimbursable only based upon the actual costs for the parts utilized. The costs for these line items shall be the contractor's fully burdened rates and shall include any material handling costs. In order to make a comparison amongst vendor quotes, the contractor shall provide their markup rate for parts. The contractor shall also quote an hourly labor for performing any repairs the HEPA filter system components or replacing any filter that does not meet the specified criteria. This shall include the cost of removing the existing filter, installing the new HEPA filter, and the certification of the new filter. If the price of the hourly labor rate for repairs has a varied rate structure, such as a different rate for weekend, night or holiday rates etc., the contractor should provide a breakdown of the rates for the various time frames. If travel costs are applicable, the contractor shall provide their estimated travel costs as this will be taken into consideration when performing the price analysis for the award decision. Travel costs will be reimbursed at the rates provided in the Federal Travel or Joint Federal Travel Regulations and travel must be in accordance with Federal Government Travel Regulations. The travel regulations and per diem rates can be found at the following website: http://www.gsa.gov/portal/category/26429. The contractor shall submit a firm-fixed price quote to perform all the work required in accordance with the Statement of Work which includes all costs associated with providing the service requested under this contract. This includes all overheard costs, personnel, transportation, and material for the USDA, NPGQC. (vii) The Service Contract Act may apply to this contract depending upon the contractor personnel utilized to perform services under this contract. If applicable the contractor rate must meet the requirements of 52.222-41. It is the contractor's responsibility to review the labor categories in the attached wage determination (Attachment Two (2) and determine if the SCA is applicable. The contractor needs to indicate in their quote if the SCA is applicable and the appropriate labor categories. See the attached wage determination for a listing of labor categories and also visit the following website for a description of the occupations. http://www.dol.gov/whd/regs/compliance/wage/SCADirV5/SCADirectVers5.pdf (viii) The government will award a firm fixed price commercial services and supply contract. As identified in the section above the line items for "hourly labor rate repair" and "parts" are time and material line items. (ix) The effective period of the contract is from date of award through twelve months with the option to extend the contract for four (4) additional years. The anticipated effective date is February 10, 2015. (x) STATEMENT OF WORK (SOW): SEE Attachment One (1) entitled Statement Of Work (xi) Site Visit: Contractors are strongly encouraged to inspect the site where services are to be performed in order to obtain an understanding of the level of effort for this SOW and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award of the contract. If the contractor wishes to conduct a site visit they must notify Wayne Clause at wayne.p.claus@aphis.usda.gov or by phone at (301) 313-9250 of their intent and intended arrival date. You will receive an email confirmation of your site visit reservation and if necessary directions to the facility. Contractors must provide at least a 32 hour notice of their request for a site visit. Site visits will be provided only during the following dates and times: Thursday, January 8, 2015 at 1:00 p.m. EST and Wednesday, January 14, 10:30 a.m. EST (xii) SEE Attachment Two (2) FOR THE PROVISIONS AND CLAUSES FOR THIS SOLICITATION AND ENSUING CONTRACT. (xiii) EVALUATION OF QUOTES: The Government will award a contract in accordance with FAR part 13.106-1 and 13.106-2 resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In this acquisition, the Government will obtain best value by using the Tradeoff Process source selection approach which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced offer. The Government will evaluate quotes for technical capability, past performance and price. Technical capability and past performance are significantly more important than price. In evaluating technical capability the government will evaluate how well the contractors proposed services meet the governments' needs. The government will consider, among other things, the contractor's ability to perform the services requested in the Statement of Work, the contractor's qualifications, training and certifications, equipment, availability of tools, etc. The Contractor should provide a detailed narrative a narrative which addresses how your company's services meet the technical capability and could provide the services described in the Statement of Work. In order to evaluate past performance, relevant past performance will be considered which includes the contractor's experience performing comparable services in the past of similar or greater complexity. Past performance will also measure the degree to which the contractor has satisfied customers in the past, in terms of standards of good workmanship / customer service, adherence to contract schedules, terms and conditions, and providing prompt and accurate service. The assessment will also consider the firm's compliance with federal, state, and local laws and regulations. Contractor's should submit references of prior projects of like or similar work and also include information on their prior contracts which addresses the type of services performed. Contractors shall provide the name, address, phone number and email address of the reference as well as a brief description of the services provided to the reference. (xiv) Quotations are due to the Minneapolis Contracting Office by 4:00 PM Central Time, Thursday, January 15, 2015. Please reference the solicitation number on your documents. Quotes shall be submitted via email to the assigned Contracting Officer Corinne Nygren at Corinne.m.nygren@aphis.usda.gov,. Ms. Nygren can be reached by phone at (612) 336-3235. (xv) Quotes should be of sufficient detail to determine their adequacy. If a contractor's quote does not contain all of the items listed below, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the contractor's quote, thereby making the contractor ineligible for award. As a minimum, contractors must submit the following to the Contracting Officer to be considered responsive and have a complete quote: 1) Price Quote - a price for line items 001 - 004 for a five year contract period. Pricing shall be sent in a separate document than the information requested for technical capability and past performance. 2) Information on whether or not the Service Contract Act is applicable to this contract, and if so, a listing of the occupations/titles of the personnel that would perform work under this contract in order to include clauses 52.222-41-Service Contract Act of 1965 and 52.222-42-Statement of Equivalent Rates for Federal Hires 3) The required documentation requested above in section (xiii) entitled EVALUATION OF QUOTES, which includes the past performance information and a narrative which addresses how your company's services meet the technical capability and could provide the services described in the Statement of Work. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. The Online Reps and Certs Representations and Certifications can be completed at www.SAM.gov, or a hard copy of the provision may be attained from https://www.acquisition.gov/far/. (See Attachment Two) 5) A completed copy of the provision 452.209 -70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (See Attachment Two)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-15-0028/listing.html)
 
Place of Performance
Address: BARC-East, Bldg. 580, Powder Mill Road, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN03608721-W 20150107/150105234433-73af5ed731a9a94ce62b5213729f1629 (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.