SOLICITATION NOTICE
H -- Water Sample Testing for SPD, Dental and Endoscopy. SB RFQ
- Notice Date
- 3/18/2020 8:52:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0253
- Response Due
- 3/25/2020 12:00:00 AM
- Archive Date
- 04/24/2020
- Point of Contact
- Stefanie Carter stefanie.carter3@va.gov
- E-Mail Address
-
stefanie.carter3@va.gov
(stefanie.carter3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis Solicitation West Haven Connecticut VAMC Water Testing Services (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 solicitation number is 36C24120Q0253 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This requirement is being issued for Small Business set-aside. The associated NAICS code is 541380, Testing Laboratories and the small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award to collect and test water samples from the reverse osmosis and deionization system at the West Haven VAMC. See the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Bacteria test Contract Period: Base 84.00 EA __________________ __________________ 0002 Total Organic Carbon (TOC) Test Contract Period: Base 84.00 EA __________________ __________________ 0003 Ph Test Contract Period: Base 84.00 EA __________________ __________________ 0004 Endotoxins (LAL) Test Contract Period: Base 84.00 EA __________________ __________________ 1001 Bacteria test Contract Period: Option Year 1 84.00 EA __________________ __________________ 1002 Total Organic Carbon (TOC) Test Contract Period: Option Year 1 84.00 EA __________________ __________________ 1003 Ph Test Contract Period: Option Year 1 84.00 EA __________________ __________________ 1004 Endotoxins (LAL) Test Contract Period: Option Year 1 84.00 EA __________________ __________________ 2001 Bacteria test Contract Period: Option Year 2 84.00 EA __________________ __________________ 2002 Total Organic Carbon (TOC) Test Contract Period: Option Year 2 84.00 EA __________________ __________________ 2003 Ph Test Contract Period: Option Year 2 84.00 EA __________________ __________________ 2004 Endotoxins (LAL) Test Contract Period: Option Year 2 84.00 EA __________________ __________________ 3001 Bacteria test Contract Period: Option Year 3 84.00 EA __________________ __________________ 3002 Total Organic Carbon (TOC) Test Contract Period: Option Year 3 84.00 EA __________________ __________________ 3003 Ph Test Contract Period: Option Year 3 84.00 EA __________________ __________________ 3004 Endotoxins (LAL) Test Contract Period: Option Year 3 84.00 EA __________________ __________________ 4001 Bacteria test Contract Period: Option Year 4 84.00 EA __________________ __________________ 4002 Total Organic Carbon (TOC) Test Contract Period: Option Year 4 84.00 EA __________________ __________________ 4003 Ph Test Contract Period: Option Year 4 84.00 EA __________________ __________________ 4004 Endotoxins (LAL) Test Contract Period: Option Year 4 84.00 EA __________________ __________________ Total _________________ __________________ (vi) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, lodging, and other services necessary to collect and test water samples from the reverse osmosis and deionization system in accordance with the attached Performance Work Statement. (vii) The Place of Performance is the West Haven Connecticut VAMC, 950 Campbell Avenue, West Haven, CT 06516 and the Newington Campus at 555 Willard Avenue, Newington, CT 06111. The period of performance shall be 12-month Base Year with four 12- month Optional periods of performance. Period of performance start date will be dependent upon award date. (viii) Provision at 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018) - Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016). Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quotes received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Stefanie.carter3@va.gov . (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 3/23/2020 by 12:00pm EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement in addition to the following addenda s to the provision Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers.��Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.��The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:� Price (Follow these instructions): Offeror shall complete the attached Price Schedule (above), with proposed contract line item prices inserted in appropriate spaces.� Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant).� Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.� The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) 52.212-3Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013). 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (End of Clause) 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of clause) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) (a) In an effort to achieve socioeconomic small business goals, VA shall evaluate offerors based on their service-disabled Veteran-owned or Veteran-owned small business status and their proposed use of eligible service-disabled Veteran-owned small businesses (SDVOSBs) and Veteran-owned small businesses (VOSBs) as subcontractors. (b) Eligible service-disabled Veteran-owned small businesses offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-Owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in the Vendor Information Pages (VIP) database. (c) Non-Veteran offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database. (d) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of clause) 852.215-71 Evaluation Factor Commitments (OCT 2019) (a) The offeror agrees, if awarded a contract, to use the service-disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) proposed as subcontractors in accordance with 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value. (b) Pursuant to 38 USC 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of clause) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) (a) This solicitation includes the clause: 852.215-70, Service-disabled Veteran-owned and Veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor s business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A Contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI) (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition:, , 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable for West Haven VAMC New Haven County WD 15-4127 (Rev.-13) and Newington VAMC Hartford County WD 15-4119 (rev.12) were first posted on https://beta.sam.gov/wage-determination 12/23/2019), 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 3/27/2020 at 1:00 PM EST. RFQ responses must be submitted via email to: stefanie.carter3@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Stefanie Carter (stefanie.carter3@va.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6d68abc5cda644d4ab81e6ee17bed60e/view)
- Place of Performance
- Address: West Haven VAMC;Newington VAMC;See attatchments for address details 06516, USA
- Zip Code: 06516
- Country: USA
- Zip Code: 06516
- Record
- SN05592884-F 20200320/200318230217 (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 |