SOLICITATION NOTICE
F -- POTABLE WATER TESTING, SLBE
- Notice Date
- 3/16/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NPS, MWR - MWRO MABO<br />601 Riverfront Drive<br />Omaha<br />NE<br />68102<br />US<br />
- ZIP Code
- 68102
- Solicitation Number
- 140P6018Q0016
- Response Due
- 4/4/2018
- Archive Date
- 4/19/2018
- Point of Contact
- Murray, Nicholas
- Small Business Set-Aside
- Total Small Business
- Description
- POTABLE WATER TESTING, SLBE (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; proposals are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6018Q0016, for the performance of potable water testing in accordance with the provided Scope of Work (SOW) for areas within the Sleeping Bear Dunes National Lakeshore. (iii) Solicitation 140P6018Q0016 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96. (iv) This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 541380 and the small business size standard is $15.0M. (v) Item No: 0010 Description: Potable Water Testing Quantity/Unit: 1 Job (vi) The work consists of testing for Primary and secondary in 25 potable water systems. Once tested the contractor will provide a comprehensive report on the testing of each well and annotate any samples not within the parameters of EPA standards. (vii) The following (25) well locations listed below will be tested. The wells are positioned in various locations within the Sleeping Bear Dunes National Lakeshore. Three of these locations will be on North Manitou and South Manitou Islands. Park personnel will escort the awarded contractor to each location: 1) DH Day Campground Water System 2) Picnic Mountain Water system 3) Scenic Drive Kiosk Water system 4) Glen Haven Water System 5) Dune climb Water system 6) USCGS Water system 7) PR Platte Point Water System 8) PRCG Water System 9) PRCG back up water system 10) Loon Lake Comfort Station water system 11) Tweedle Farmhouse Water system 12)Dechow/Klett Farmhouse Water System 13) Charles Olsen Farmhouse water system 14)William Day House Water system 15) Esch Farmhouse Water System 16) 669 access water System 17) 651 Access Water system 18)DH Day Outpost Campground Water System 19) SmI Village Water system 20) SMI Village #2 well 21)NmI Village Water System 22) Empire Maintenance Water System 23) Empire Maintenance back up well 24)Warner House Water System 25) Thoreson Farmhouse Water System (viii) 52.212-1 Instructions to Offerors - Commercial Items. (JAN 2017) Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." The offeror shall make a clear statement in the proposal documentation that the proposal is valid until this date. The National Park Service intends to issue one (1) Firm-Fixed Price Award in response to this solicitation. Offerors are encouraged to submit best price(s), considering all items, labor, and any price reductions. In order to be awarded a contract an offeror must have a DUNS number, be registered and active in the System for Award Management (SAM), http://www.sam.gov, and have completed their Online Representations and Certifications. Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior(DOI) and National Park Service (NPS). Offeror Submission Instructions and Limitations: To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in their quote all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. All offerors are required to submit the following documents with there quote: 1. Signed Standard Form 18 2. Item pricing sheet that includes a itemized breakdown of all costs. 3. Response to Non-price Evaluation Factors (as shown below) NON-PRICE FACTORS: Technical Capability: Submit a capabilities statement or complete comparable information to identify the offeror's ability to perform all requirements in the Scope of Work. The capabilities statement must include, the number of years of experience in this field, qualifications of personnel, technical resources and any information that demonstrates competencies and how they relate to the work to be performed as well as Provide 3 examples of completed projects you have performed that are of similar scope as the project stated in this solicitation. Past Performance: Provide the addresses, phone numbers, project number if available, dates, costs, job description and contact name of the 3 examples of completed projects in your technical capabilities statement. PRICE PROPOSAL: A price evaluation will be performed to determine the reasonableness of the proposed price. PERIOD OF PERFORMANCE: The estimated period of performance for this project is 30 days from date of award. (ix)Evaluation of quotes will be performed to determine the responsive and responsible proposal. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: technical, past performance, and price. The factors are listed in descending order of importance. When combined, the technical and past performance factors are significantly more important than price. Evaluation Factors: Prior to making award of this contract, the offeror's proposal will be reviewed to assure the proposal provides the best value to the Government.The evaluation factors considered are: (1) Technical Capability, (2) Past Performance and (3) Cost/Price. The Technical/Key Personnel and past performance factors shall be the most important. (x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; (xi)The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26,52.222-36, 52.225-13 and the following clauses in paragraph (c) 52.222-41, 52.222-43, 52.222-55. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP)."Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are requried to be submitted as an attachment to the IPP invoice : **HARD COPY INVOICE**The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (xiii) N/A (xv) All questions shall be submitted electronically to nicholas_m_murray@nps.gov no later than 2:00PM CST, March 23, 2018. All quotes shall be submitted electronically to nicholas_m_murray@nps.gov no later than 2:00 PM CST, April 4, 2018. (xvi) The Government point of contact Nicholas M Murray is the sole point of contact for this solicitation all correspondences shall be addressed to Nicholas M Murray at nicholas_m_murray@nps.gov or 402.661.1698. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6018Q0016/listing.html)
- Record
- SN04857733-F 20180318/180316230956 (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 |