SOLICITATION NOTICE
B -- Laboratory Analysis of Biological Samples - IDIQ
- Notice Date
- 8/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R16PS00005
- Response Due
- 8/19/2016
- Archive Date
- 9/1/2016
- Point of Contact
- Dieguez, Leslie
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation No. R16PS00005 is being issued as a request for quote (RFQ) for an Indefinitely Delivery / Indefinite Quantity (IDIQ) contract type. (The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R16PS00005. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-89. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 541380 - Testing Laboratory. The small business size standard for NAICS Code 541380 is $15.0 million. (v) The Bureau of Reclamation, Lower Colorado Regional Office, requires an experienced laboratory to conduct various analyses of biological water samples. For the Performance Work Statement, please see the attachment posted at FedConnect.net. Contract Line Item Numbers (CLIN): *See attached Contract Price Schedule for CLIN information. Contract Price Schedule must be completed and submitted with quotation. Offerors shall provide pricing with yearly unit prices for each analysis, as follows (see Contract Price Schedule in attachment posted at FedConnect.net): CLIN 0010 - Contract Price Schedule 1 - Year One (Est. 09/01/2016 - 08/31/2017) Item No. 1-1 Lake Mead Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 1-2 Lake Havasu Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 1-3 MSCP Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Phytoplankton [P. parvum] sample analysis) CLIN 0020 - Contract Price Schedule 2 - Year Two (Est. 09/01/2017 - 08/31/2018) Item No. 2-1 Lake Mead Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 2-2 Lake Havasu Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 2-3 MSCP Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Phytoplankton [P. parvum] sample analysis) CLIN 0030 - Contract Price Schedule 3 - Year Three (Est. 09/01/2018 - 08/31/2019) Item No. 3-1 Lake Mead Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 3-2 Lake Havasu Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 3-3 MSCP Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Phytoplankton [P. parvum] sample analysis) CLIN 0040 - Contract Price Schedule 4 - Year Four (Est. 09/01/2019 - 08/31/2020) Item No. 4-1 Lake Mead Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 4-2 Lake Havasu Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 4-3 MSCP Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Phytoplankton [P. parvum] sample analysis) CLIN 0050 - Contract Price Schedule 5 - Year Five (Est. 09/01/2020 - 08/31/2021) Item No. 5-1 Lake Mead Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 5-2 Lake Havasu Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Algal Toxin sample analysis by LC-MS/MS) Item No. 5-3 MSCP Sample Analyses (Zooplankton sample analysis, Phytoplankton sample analysis, Phytoplankton [P. parvum] sample analysis) In addition, Reclamation intends to award the first Task Order upon award. The unit prices from Contract Price Schedule 1 will be used. (vi) The Bureau of Reclamation has a requirement for an experienced laboratory to conduct various laboratory analyses of biological water samples, in accordance with the Performance Work Statement, on an as-needed basis (see the attached Performance Work Statement posted at FedConnect.net) (vii) The ordering period for this Indefinite Delivery / Indefinite Quantity contract type is estimated to be September 1, 2016 through August 31, 2021. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. The following addendums are applicable to this RFQ. a.Addendum to 52.212-1 - Quote Instructions In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision. (a) Technical Information: Offeror's quotation shall demonstrate experience conducting water sample analyses in the southwest region and at subtropical reservoirs similar to those described in the PWS. Offeror shall provide information on their laboratory's (or their subcontractor's laboratory) experience, qualifications and current certifications as well as their participation in periodic proficiency testing for specific constituents or for individual analysts. (b) Past Performance: Offeror's quotation shall demonstrate successful and satisfactory performance on at least three (3) projects where work was similar in scope and magnitude to the effort required under this solicitation PWS. Performance was completed within the contractually established timeframes with no contractor delays. Performance was complete to the satisfaction of customer. Offerors shall have their references complete the attached Past Performance Questionnaire (PPQ) in attachment at FedConnect.net, for each project referenced. The offeror's references shall submit these completed questionnaires via email or fax to Leslie Dieguez ldieguez@usbr.gov or via fax to (702) 293-8332. It is the Offeror's responsibility to ensure that at least three (3) different references submit past performance questionnaires prior to the quotation due date. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available, will be given Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) http://www.fai.gov/FAPIIS/trailer/module.htm will be utilized as well. (c) Service Contract Act (SCA) is applicable to this RFQ. For the laboratory proposed to use, vendor must check the applicable SCA Wage Determination. Reclamation will incorporate the applicable SCA Wage Determination to the IDIQ. (d) Offer shall submit a completed Contract Price Schedule with their quotation. All documents are attached to the RFQ at www.fedconnect.net. (ix) FAR provision 52.212-2, Evaluation. This requirement will be awarded using best-value trade-off selection. 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: 1.Experience 2.Past Performance 3.Price Note - All proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-13, Notice of Set-Aside of Orders 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards ¿ Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wages Under Executive Order 13658 (xiii) Additional contract requirements include the following clauses and provisions: Provisions - - 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation) - 52.252-5, Authorized Deviations in Provisions - 1452.215-71, Use and Disclosure of Proposal Information - Department of Interior - 1452.211-80, Notice of Intent to Acquire Metric Products and Services-Bureau of Reclamation Clauses - - 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) -52.204-19, Incorporation by Reference of Representations and Certifications - 52.216-18, Ordering - 52.216-19, Order Limitations - 52.216-22, Indefinite Quantity - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - 52.252-6Authorized Deviations in Clauses - 1452.237-80, Security Requirements Bureau of Reclamation - Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - Authorities and Delegations - Contractor Performance Assessment Reporting System - Minimum and Maximum Ordering Quantities (IDIQ Contract)-Bureau of Reclamation-Lower Colorado Region Clauses and provisions attachment included at https://www.fedconnect.net/ in order to show relevant fill in text, under certain applicable clauses. (xiv) Not Applicable (xv) All questions shall be submitted via email to ldieguez@usbr.gov by no later than Wednesday, August 10, 2016, by no later than 2PM, local time. No additional questions will be accepted after this date. Quotations are due Friday, August 19, 2016 by no later than 4 PM, local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to ldieguez@usbr.gov. All offerors must include the following with their quotation: 1) Technical Information and 2) Completed Contract Price Schedule. All documents are attached to the RFQ at www.fedconnect.net. (xvi) The Point of Contact for this solicitation is Ms. Leslie Dieguez. She may be reached via e-mail at ldieguez@usbr.gov, or by phone at 702-293-8369. *End of Combined Synopsis/Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f89eac01d269dca674bbcc16a5103eb)
- Record
- SN04211235-W 20160807/160805234350-6f89eac01d269dca674bbcc16a5103eb (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 |