SOLICITATION NOTICE
B -- Safe Drinking Water Act (SDWA) Water Analysis
- Notice Date
- 5/19/2021 1:20:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
- ZIP Code
- 31699-1700
- Solicitation Number
- FA483021QS015
- Response Due
- 5/24/2021 11:00:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- Gerard J. Entwisle, Phone: 229-257-2509, Fax: 229-257-4709, 23d Contracting, Services Flight Org Box, Phone: 229-257-4722, Fax: 229-257-4709
- E-Mail Address
-
gerard.entwisle.2@us.af.mil, 23CONS.LGCB@us.af.mil
(gerard.entwisle.2@us.af.mil, 23CONS.LGCB@us.af.mil)
- Description
- Amendment 0001 - The purpose of this amendment is to post answers to questions received in response to the solicitation.� All other terms and conditions remain unchanged. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number for this procurement is FA483021QS015 and it is issued as a Request for Quotation (RFQ). All References to �offer� or �offeror� in the clauses and provisions incorporated for this acquisition are deemed to have the meaning of �quotation� and �quoter� respectively.� Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-05, Defense Acquisition Circular (DAC) and Air Force Acquisition Circular (AFAC) 2019-1001.� In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 541380.� The small business size standard is $16.5 million. The Government intends to award a single contract from this solicitation.� This acquisition will be Full and Open Competition in accordance with FAR 6.101. Description:� The purpose of this RFQ is to acquire Safe Drinking Water Act (SDWA) Water Analysis Services for Moody AFB, GA in accordance with Attachment 3, Statement of Work (SOW).� FOB Point:� Destination (Moody AFB, GA) Period of Performance: Base Year:������� 1 July 2021 through 30 June 2022 Option Year 1:� 1 July 2022 through 30 June 2023 Option Year 2:� 1 July 2023 through 30 June 2024 Option Year 3:� 1 July 2024 through 30 June 2025 Option Year 4:� 1 July 2025 through 30 June 2026 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed.� Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls.� Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses included in Attachment 2 apply to this RFQ, and the clauses will be incorporated into the resulting contract.� All provisions and clauses may be viewed in full text via the internet at https://www.acquisition.gov/. � Response Time:� Quotations will be accepted electronically no later than 2:00 P.M. E.S.T. on Monday, 24 May 2021.� All quotations shall be marked with the RFQ number and title.� Email quotations shall be sent to both the primary and alternate points of contact identified below.� The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition.� Quotations shall contain the following information:� RFQ Number; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote;� Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). �Quotations shall be sent via email to gerard.entwisle.2@us.af.mil and 23CONS.LGCB@us.af.mil as listed below.� Quotations shall also include the following required documentation: 1. Price:� Quoted prices must be submitted using the Pricing Schedule at Attachment 1.� Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231).� Quoters rejecting the terms and conditions may be excluded from consideration.� Note:� Department of Labor (DOL) Wage Determination 15-4493 Rev. 13, dated 12/21/2020, at Attachment 4, applies to this acquisition. 2.� Technical:� Contractors must provide proof of certification with the Georgia Environmental Protection Division (EPD) in accordance with Georgia Rules & Regulations 391-3-5 and confirm that they will transcribe lab results on the Georgia EPD Reporting Form and submit lab results directly to the EPD on behalf of the 23d Medical Group within 5 working days of the completed analysis, as specified in the Statement of Work.� 3. �Past Performance: �The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five (5) years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), contract cost and period of performance. Evaluation:� IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Technical, and Past Performance Factors. Price:� Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year�s price evaluated as the sum of the prices of all contract line items (CLINs) for that year.� Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent.� A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical:� Contractors will be evaluated as either Acceptable or Unacceptable for the Technical aspect of the acquisition. Past Performance:� Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct business experience with the quoter, or similar. �Contractors will be evaluated as either Acceptable or Unacceptable for the Past Performance aspect of the acquisition. � Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST, 18 May 2021. All questions must be submitted via email. Answers to all questions will be posted to https://beta.sam.gov/ prior to close of the solicitation. Primary Point of Contact: Gerard Entwisle, Email: gerard.entwisle.2@us.af.mil, Phone: 229-257-2509 Alternate Point of Contact:� Organization Box, Email: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 � Pricing Schedule Attachment 2 � Provisions and Clauses Attachment 3 � Statement of Work Attachment 4 � DOL Wage Determination 15-4493 Rev. 13
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ccbdaeaeb59a442da05886dc3d9f3462/view)
- Place of Performance
- Address: Valdosta, GA 31605, USA
- Zip Code: 31605
- Country: USA
- Zip Code: 31605
- Record
- SN06006788-F 20210521/210519230114 (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 |