Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
MODIFICATION

H -- (CE) Lab Sampling & Testing

Notice Date
4/18/2007
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
LabSampling
 
Response Due
4/18/2007
 
Archive Date
5/20/2007
 
Point of Contact
Branndon Teffeteller, Contract Specialist, Phone (843) 963-5185, Fax (843)963-5183, - Kathy Edenborough, Contracting Officer, Phone 843-963-5157, Fax 843-963-5183,
 
E-Mail Address
branndon.teffeteller@charleston.af.mil, kathy.edenborough@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is to state that receipt of proposals has been postponed indefintely due to unclear Statement of work and various other issues that have come up. COMBINED SYNOPSIS SOLICITATION FOR COMMERCIAL ITEM (IAW FAR 12.603 (c)). (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 requested and a written solicitation will not be issued. This solicitation is for a potential Blanket Purchase Agreement, not a contract. (ii) This solicitation/synopsis reference number is (CE) Lab Sampling and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, effective 22 Mar 2007. (iv) This acquisition is solicited for 100% small business set aside. The associated NAICS code is 541380. (v) Contractors shall submit a Line item quote for the various testings included. Please contact 2Lt. Branndon Teffeteller for full Statement of Work and Pricing Schedule at 843-963-5163. All responsible sources may submit a proposal, which shall be considered. Description of Requirement: 1. Description of Services: a. Perform laboratory analysis of solid waste samples, wastewater samples, and water samples. b. The laboratory will be fully certified by the Environmental Protection Agency (EPA) and the South Carolina Department of Health and Environmental Control (SCDHEC) to perform all required analyses and will be a participant in the EPA Quality Control Assurance Program. 2. Sample Containers. The Laboratory will provide Charleston Air Force Base (CAFB) with appropriate type/sized containers for the collection of the different types of samples so that the samples will not leak, spill, or vaporize. The Laboratory will also provide appropriate shipping containers for the sample containers. All containers (sample and shipping) will be delivered to CAFB upon request. In addition, the Laboratory shall provide appropriate sample preservatives when required. 3. Collection of Samples. CAFB will perform all sample collection with the exception of special arrangements which would allow for the contract laboratory to collect and analyze samples. Complete and accurate COC documentation shall be maintained for all samples at all times to include custody by the Laboratory. 4. Shipment of Samples. a. The Laboratory will be responsible for pick up and transportation of the samples when notified by the Contracting Officer or designated representative. Pickup/transportation of samples will be by the Laboratory itself or by a shipping company. CAFB will not package samples for delivery. The Laboratory is responsible for all pickup, packaging and transportation costs. b. Upon notification by the Contracting Officer or designated representative, the Laboratory will respond for pick up and transportation of samples within 24 hours. Transportation of samples will not exceed 24 hours. All groundwater and industrial wastewater samples must be iced to ensure degeneration of the materials to be analyzed does not occur. Interested parties please contact 2Lt. Branndon Teffeteller for full Statement of Work and Pricing Schedule at 843-963-5159 or branndon.teffeteller@charleston.af.mil. TERMS AND CONDITIONS 1. Extent of obligation. The Government is obligated only to the extent of authorized purchases actually made under the Blanket Purchase Agreement (BPA). 2. Pricing. Prices charged to the Government for supplies purchased under this BPA shall be as low or lower than those charged the Contractor?s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. (i) Pre-priced Blanket Purchase Agreement. The contractor shall furnish the services as described in the Statement of Work on an approved list which states the effective period of the prices, if and when requested by the Contracting Officer or his authorized representative during the period 20 April 2007 through 20 April 2012. (ii) Price List. A price list, in duplicate, will be submitted to the office shown in Block 6 of SF Form 1155 so as to arrive prior to effective date of the price list. All price lists must be effective for 12 months with beginning and ending dates. This price list must be updated in writing if there are any changes in prices, but must be submitted 30 days prior to the effective date, and must include beginning and ending dates. 3. Purchase limitation. No individual purchase shall be placed by the Government or accepted by the Contractor that exceeds $2,500.00. Purchases shall be made orally, except that informal correspondence may be used where determined by the Contracting Officer to more convenient. 4. Individuals authorized to purchase under the BPA. A current list of individuals authorized to purchase under the BPA, identified by title of position or organizational component, and the dollar limitation per purchase for each position title shall be furnished to the Contractor by the Contracting Officer. No calls will be accepted by the Contractor from any individual that does not appear on this list, except for the Contracting Officer (reference Terms and Conditions Para.1). 6. Delivery Tickets. The contractor agrees to furnish one delivery/sales ticket, which shall contain the following information for each call made against this agreement: a. Name of Supplier b. BPA Number c. Date of Purchase d. Call Number e. Itemized list of supplies f. Quantity, unit price and extension of each line item less any applicable discount g. Date of shipping h. Name of Individual that placed the call 7. Invoices. An itemized invoice shall be submitted after the work has been accomplished or upon expiration of the BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by delivery tickets. Send monthly invoices to: 437th CES / CEV 100 W. Stewart Ave Charleston AFB, SC 29404 Block 15: Payment will be made by: The Government Purchase Card (VISA) 8. Inspection and Acceptance. Each assigned inspector is designated as the technical representative of the Contracting Officer for the purpose of technical administration, quality assurance and inspection of services performed under this agreement. 9. Priorities, Allocations and Allotments Defense Material System: D.O. rating certified for National Defense under DMS Regulation 1 will be cited for each call placed hereunder. 10. Quantity Variation. Any applicable variation quantity will be cited on each individual call. 11. Shipping. All items shall be shipped the fastest means possible with no additional cost to the Government. Items may be shipped at an additional cost only upon approval of the Contracting Officer. 12. Commercial Warranty. The contractor agrees that the supplies furnished under this Blanket Purchase Agreement shall be covered by the most favorable commercial warranties the contractor gives to any customer for such supplies and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this Blanket Purchase Agreement. CONTRACT CLAUSES Notice. The following solicitation provisions and/or contract clauses pertinent to this section are hereby incorporated 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. Department of Defense Federal Acquisition Regulation (48 CFR Part 52) Clauses. 52.203-7 Anti-Kickback Procedures 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.223-3 Hazardous Material Identification and Material Safety Data 52.225-1 Buy American Act?Supplies 52.232-1 Payments FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Mar 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Not withstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Department Of Defense Federal Acquisition Regulation Supplement (48 CFR Part 252) Clauses 252.204-7004 Required Central Contractor Registration 252.232-7009 Mandatory Payment by Government Commercial Purchase Card Air Force Federal Acquisition Regulation Supplement (48 CFR Part 5352) Clauses 5352.201-9101 OMBUDSMAN Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery no later than Wednesday, April 18, 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number (CE) Lab Sampling. Addressed to 2Lt. Branndon Teffeteller, Contract Specialist, Phone 843-963-5163, fax 843-963-5183, email branndon.teffeteller@charleston.af.mil or Kathy Edenborough, Contracting Officer, Phone 843-963-5157, email kathy.edenborough@charleston.af.mil. For business opportunities, visit http://www.selltoairforce.org, http://public.charleston.amc.af.mil/organizations/437AW/437MSG/437CONS/index. htm, and http://www.sba.gov.
 
Place of Performance
Address: Charleston AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01275966-W 20070420/070418221112 (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 |
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.