Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOLICITATION NOTICE

Q -- Amendment 01 -- Urine Sample Collection Services

Notice Date
2/24/2020 1:15:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-20-Q-URN1
 
Response Due
3/3/2020 10:00:00 AM
 
Archive Date
03/18/2020
 
Point of Contact
Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-20-Q-NHRP.� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The NAICS code for this procurement is 621511; the small business size standard is $35,000,000.00. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation.� The website for SAM is https://www.sam.gov/. Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT This solicitation is issued as a 100% Small Business Set-Aside for the following: Urine Sample Collection Services, in accordance with the Statement of Work at Attachments 01. Service Contract Labor Standards (FAR Subpart 22.10) apply.� The Department of Labor Wage Determination is at Attachment 05. TYPE OF CONTRACT, PERIOD OF PERFORMANCE and PERFORMANCE LOCATION The Government intends to award a firm fixed price, 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract.� The Ordering Periods will be as follows: ������� Ordering Period 1:� 01 Apr 2020 � 31 Mar 2021 ������� Ordering Period 2: � 01 Apr 2021 � 31 Mar 2022 ������� Ordering Period 3: � 01 Apr 2022 � 31 Mar 2023 ������� Ordering Period 4: � 01 Apr 2023 � 31 Mar 2024 ������� Ordering Period 5: � 01 Apr 2024 � 31 Mar 2025 The Minimum Guaranteed Quantity is 400 Collections. Collections shall be taken at the contractor�s facility, which, in accordance with the Statement of Work, must be located within 10 miles of Crane Army Ammunition Activity, Crane IN.� On-site mobile collection is acceptable, as specified within the Statement of Work at Attachment 01. QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: Offerors shall complete and submit the Price Evaluation Sheet at Attachment 02.� All yellow highlighted areas must be completed.� Unit Prices shall be offered for each of the ordering periods.�� Failure to provide a unit price of each of the Ordering Periods may deem the offeror nonresponsible. Physical Location/address from which urine samples will be taken.� If mobile unit will be utilized, your submission must so state, and must provide the physical location/address at which the unit will be located. For each person who will be performing under the offeror�s proposal, provide Name/Position/Physical Location Copy of Initial and Refresher Collector Training Records.� Training certifications must be current and valid for the period of performance. Completion of Provision at�Attachment 03 (FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I).� Note: Offerors who are actively registered in the SAM database may complete paragraph (b) only.� � LISTING OF ATTACHMENTS Attachment 01, Statement of Work Attachment 02, Price Evaluation Sheet Attachment 03, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items Attachment 04, Clauses in Full Text (DFARS 252.216-7006, Ordering; FAR 52.216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity; DFARS 252.232-7006, Wide Area Workflow Payment Instructions) Attachment 05, Wage Determination No. 2015-4821 Rev 12 � BASIS FOR AWARD In accordance with FAR 52.212-1(g), the Government intends to award against this solicitation without discussions.� In accordance with FAR 12.602, Streamlined evaluation procedures will be utilized for this procurement. Award will be made to the offeror who provides the lowest Total Evaluated Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation. Total Evaluated Price is calculated as follows: Total Evaluated Price = the sum of the Evaluated Prices for Ordering Periods 1 through 5 � QUOTE SUBMISSION - METHOD Offers shall be submitted in the following way: Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and Contracting Officer� cindy.k.wagoner.civ@mail.mil� Offerors should include��� �Response to W52P1J-20-Q-NHRP� within the Subject line. � QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **Note:� Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. End of Addendum to 52.212-1 � SOLICITATION PROVISIONS � The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this solicitation and are incorporated by reference (provisions may be obtained via the internet at https://www.acquisition.gov): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.219-6, Notice of Total Small Business Set-Aside DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk systems in Past Performance Evaluations � �CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://www.acquisition.gov): � 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 FAR 52.204-13, System for Award Management Maintenance FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities���������� FAR 52.222-26, Equal Opportunity FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.222-41, Service Contract Labor Standards FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Antiterrorism Awareness Training for Contractors DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustments DFARS 252.244-7000, Subcontracts for Commercial Items � Addendum to 52.212-4 DFARS 252.201-7000, Contracting Officer�s Representative DFARS 252.216-7006, Ordering FAR 52.216-19, Ordering Limitations FAR 52.216-22, Indefinite Quantity AMENDMENT 01 The purpose of Amendment 01 is to provide the following: Question:� Is the consultant only responsible for collecting and shipping the urine sample? Answer:� Refer to the Statement of Work at Attachment 01.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca2dc9fe9a274b44b4f7a0179a2a1dc4/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN05570497-F 20200226/200224230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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