SOLICITATION NOTICE
68 -- Acid Vials with Acid Solutions
- Notice Date
- 3/29/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
- ZIP Code
- 00000
- Solicitation Number
- 140G0218Q0006
- Response Due
- 4/13/2018
- Archive Date
- 4/28/2018
- Point of Contact
- Hayes, Lisa
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 140G0218Q0006. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13.5, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. (IV) The solicitation is not a set-aside. The North American Industry Classification System (NAICS) code is 325199 (All Other Basic Organic Chemical Manufacturing) and the size standard is 1,250 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 00010 - Base Year - Acid Vials Containing Acid Solutions for USGS, NWQL, Denver, CO in accordance with Attachment 2 - Technical Specifications/Requirements, and Attachment 4 ¿ Pricing Schedule. CLIN NO. 00020 - Option Year I - Acid Vials Containing Acid Solutions for USGS, NWQL, Denver, CO in accordance with Attachment 2 - Technical Specifications/Requirements, and Attachment 4 ¿ Pricing Schedule. CLIN NO. 00030 - Option Year II - Acid Vials Containing Acid Solutions for USGS, NWQL, Denver, CO in accordance with Attachment 2 - Technical Specifications/Requirements, and Attachment 4 ¿ Pricing Schedule. CLIN NO. 00040 - Option Year III - Acid Vials Containing Acid Solutions for USGS, NWQL, Denver, CO in accordance with Attachment 2 - Technical Specifications/Requirements, and Attachment 4 ¿ Pricing Schedule. CLIN No. 00050 ¿ Option Year IV - Acid Vials Containing Acid Solutions for USGS, NWQL, Denver, CO in accordance with Attachment 2 - Technical Specifications/Requirements, and Attachment 4 ¿ Pricing Schedule. Note to Offeror ¿s: 1. The Government contemplates a Requirements Contract that allows for the issuance of Firm-Fixed price delivery orders. 2. Offerors shall include a Dun and Bradstreet number with their quote. 3. Offerors must have an approved or pending registration at https://www.sam.gov/index.html to be eligible for award. The Government reserves the right to award to the next low offeror if the lowest offeror does not have an active or pending registration by the date and time specified in Block 13 of the solicitation. (VI) Refer to Attachment 2 ¿ Technical Specifications/Requirements for the items description, and Attachment 4 ¿ Pricing Schedule. (VII) Period of Performance: The period of performance for the Base Year shall commence on the date of award through one year thereafter, with each subsequent Option Year consisting of one year. Place of delivery is U.S. Geological Survey, National Water Quality Laboratory (NWQL), West 6th Ave. & Kipling St., Denver Federal Center (DFC), Bldg. 95 E3, Denver, CO 80225-0046. Delivery shall be FOB Destination. (VIII) FAR 52.212-1- Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. ADDENDUM TO CLAUSE 52.212-01(C) The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 90 days. (IX) FAR 52.212-2 Evaluation - Commercial Items. (OCT 2014), applies to this acquisition. (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: Factor A: Technical Capability of Product - Capability of the offeror ¿s proposed products shall meet or exceed technical specifications contained herein. To assist in this evaluation, offerors shall submit the following with their quote: 1) Detailed product literature 2) Detailed product brochure 3) Detailed product specification sheet 4) Two (2) most recent certificates of analysis (COAs) for each Acid, which readily verifies that the products meets or exceeds the listed technical specifications and demonstrates a lot-to-lot consistency. Providing information addressing the quality and continued consistency of items offered is extremely important. Factor B: Pre-Award Testing - The Government reserves the right to test products being proposed by an offeror prior to award. Which products to be tested will be determined by the Government. Due to the large number of products being acquired hereunder, not all products may be tested. However, products the Government selects to be tested will be consistent among all offerors. Upon notification to the offeror by the Government of which products need to be submitted for testing, the offeror will have fourteen (14) days to provide them to the Government. It is anticipated that the Government ¿s testing will be completed within thirty (30) days. The results of the pre-award testing will be incorporated into the offeror ¿s quotation ¿s technical merit for the best value-tradeoff evaluation and award process. All samples requiring testing hereunder shall be at no cost to the Government. Factor C: Past Performance - Past Performance shall be evaluated in accordance with attached Past Performance Questionnaire (PPQ) as Attachment 3. Offeror ¿s shall submit completed Past Performance Questionnaires (PPQs) for a minimum of three (3) contracts for similar products and services (in terms of contract size, period of performance, as well as, the variety and level of complexity of services performed) during the past three (3) years. Offeror ¿s shall complete Section A of each PPQ and furnish the PPQ to clients. In turn, the client will evaluate the Offeror by completing Section B and the Questionnaire, and submitting the complete PPQ (Sections A, B, and Questionnaire) to the appropriate personnel designated on the form ON OR BEFORE THE DUE DATE OF THIS SOLICITATION. The Government may consider questionnaires received after the due date of the solicitation but is not obligated to do so. Completed PPQs submitted directly from the Offeror will not be considered for evaluation purposes. The Government intends to confirm receipt of a completed PPQ via email within five (5) business days to the client reference that submitted the PPQ. The Government will not communicate directly with Offerors regarding the status of PPQs being submitted on their behalf. Offerors interested in the status of PPQs submitted on their behalf are to contact their client references directly. Offerors with no record of relevant past performance must submit a signed and dated statement to that effect. In addition, past performance information will be obtained from Past Performance Information Retrieval System (PPIRS). Past performance information will be used in the evaluation of all evaluation factors which it impacts. The Government reserves the right to use information obtained from sources inside and outside the offeror ¿s quotation. (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. Quotation Preparation Offerors quotation package shall consist of, but is not limited to: All clauses and provisions fill-ins listed in this solicitation (completed as necessary), acknowledgement of any amendments (if applicable), and any information requested in the evaluation factors section above. It is the offeror ¿s responsibility to include the appropriate documentation in its quotation package to allow a complete technical/price evaluation. Failure to submit the appropriate documentation may result in the rejection of the offeror ¿s quotation. Basis of Award The award of this requirement shall be made using only the procedures found in FAR part 12 in conjunction with FAR part 13.5. A single award shall be made to the vendor whose quotation, conforming to this RFQ, is determined to be the most advantageous to the government, cost or price and other non-cost or non-price factors listed above. In determining which quotations offers the greatest value or advantage to the Government, overall technical merit will be considered more important than price or cost. Between acceptable quotations with a significant difference in technical merit, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced quotation warrants payment of the additional price or cost. GS2301 Single Award. (AUG 2001) Offeror ¿s shall submit pricing identified in Attachment 4 ¿ Pricing Schedule. Offers will be evaluated on the basis of total aggregate price for all items listed in Attachment 4 ¿ Pricing Schedule for the base year and four options. Offerors are required to submit prices on each separately priced item listed in Attachment 4 ¿ Pricing Schedule for the base year and four options. An Offeror ¿s failure to submit a price on all items listed in Attachment 4 ¿ Pricing Schedule for the base year and four options will require rejection of the quote as nonresponsive. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (q) of this provision. (XI) The clause at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. Addendum to clause 52.212-4(a) for all Acids: Due to the complex nature of the item(s) being acquired hereunder, and pursuant to FAR 12.402, Clause 52.212-4(a) ¿Inspection/Acceptance ¿ is hereby modified. The Government shall have up to fifteen (15) days after the date of delivery to inspect and accept the item(s) that have been delivered. As a result of the foregoing, the seven (7) day period specified in 5 CFR 1315.4(b)(1)(ii) is hereby changed to the ¿15th ¿ day after the date on which the item(s) is actually delivered ¿. Contractor agrees that due to the complex nature of the items being purchased, the Government requires a period of 15 days for proper inspection. The Government reserves its rights to reject or revoke acceptance of any items which are found to be noncompliant through inspection within a reasonable time thereafter. This provision does not waive or limit the rights otherwise available to the government. (XII) The clause at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2018) applies to this acquisition. The following clauses under subparagraph (b) apply: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X_ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X_ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. ¿s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (55) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). (XIII) The following clauses and provisions are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/ The clauses are incorporated by reference, and their terms and conditions apply: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011) 52.204-13 System for Award Management Maintenance. (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015) 52.223-3 Hazardous Material Identification and Material Safety Data. (JAN 1997) - Alternate I (JUL 1995) 52.225-8 Duty-Free Entry. (OCT 2010) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.247-34 F.o.b. Destination. (NOV 1991) Refer to Attachment 2 for all additional applicable clauses in Full-Text. The provisions are incorporated by reference, and their terms and conditions apply: 52.252-1 - Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.204-7 System for Award Management. (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting. (JUL 2016) 52.204-17 Ownership or Control of Offeror. (JUL 2016) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015) 52.209-7 ¿ Information Regarding Responsibility Matters. (JUL 2013) 52.214-34 Submission of Offers in the English Language. (APR 1991) 52.214-35 Submission of Offers in U.S. Currency. (APR 1991) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) Refer to Attachment 2 for all additional applicable provisions in Full-Text. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Electronic Submission of Offers ¿ Required - Quotations are required to be received no later than 2:30 p.m. Mountain Daylight Time (MDT) on April 13, 2018. Only electronic quotes will be accepted. Quotations shall be submitted by e-mail to ldwillaims@usgs.gov. DO NOT SUBMIT YOUR QUOTE THROUGH FEDCONNECT. (XVI) Questions ¿ Cutoff - Questions relating to this Solicitation shall be presented by e-mail to ldwilliams@usgs.gov not later than close of business 2:30 p.m. Mountain Daylight Time (MDT) on April 9, 2018. The Government will evaluate the questions, and if needed, an Amendment will be issued. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted. NOTE: Please see detailed information and all attachments including this Announcement to this Solicitation 140G0218Q0006 at https://www.fedconnect.net/FedConnect/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218Q0006/listing.html)
- Record
- SN04872375-W 20180331/180329231923-70371be78030050b9d7edc96f4dc45f8 (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 |