Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

H -- COMBINES SYNOPSIS/SOLICITATION FOR MCLB BARSTOW FOR ANNUAL WATER TESTING AND ANALYSIS OF POTABLE AND WASTEWATER

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
M62204 MARINE CORPS LOGISTICS BASE BARSTOW - RCO Barstow, CA
 
ZIP Code
00000
 
Solicitation Number
M6220410Q9051
 
Response Due
8/20/2010
 
Archive Date
9/4/2010
 
Point of Contact
MONICA SIMS 760-577-6313 MONICA SIMS 760-577-6313
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Firm Fixed Price commercial services prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote solicitation number is M62204-10-Q-9051. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 and DCN 20090729. This acquisition is a Total Small Business Set-Aside. The applicable NAICS code is 541380. The FSC Code is H110. The Marine Corps Logistics Base Barstow (MCLBB) located in Barstow CA 92311 has a requirement for the following: Service for a Base year with four (4) option years contract to perform testing and water analysis of potable water and wastewater at the Nebo and Yermo Annexes of MCLBB. These locations are approximately 5 miles from each other near the city of Barstow CA. The operations of the drinking water and wastewater facilities (2) at MCLBB must be performed in compliance with permits and orders issued by the state of California Department of Health Services (DHS) and State Water Resource Control Board (SWRCB). This testing must be continuous and uninterrupted. Samples of drinking water and source control (wastewater) must be tested weekly for chemical and bacteriological parameters, while additional sample testing is required at intervals of monthly, quarterly, semiannually and annually. All tests must be run in accordance with accepted California State requirements, and all reports must be in the language and format required by DHS (concerning drinking water results) and the SWRCB. Contractors interested in submitting a quote for this solicitation must be able to respond to requests for tests within three hours. MCLBB due to time constraints for many of the required tests and analysis. Contractor will be responsible for providing courier service of water samples 5 times per month.Evaluation - The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate quotations: adherence to specifications of items, price, and delivery time. Quotations will be evaluated in an efficient and minimally burdensome fashion, and quotes may be comparatively evaluated pursuant to FAR 13.106-2(b).Required Information: (a) Price Quotes: The price quote must be provided in the schedule and/or on the attached Sample Analysis Price Request forms for the Base year 2010-2011 and four (4) option years. There are two forms for each year. (b) Technical Capability; (c) Delivery time; (d) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size; (e) Representations and Certifications: The contractor is required to complete clauses FAR 52.212-3 and DFARS 252.212-7000 and a return a copy with their quotation unless they have ORCA certification. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-1 Instruction to Offerors-Commercial Items; 52.212-3 Offeror Representation and Certification-Commercial Items; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52.219-6 Notice to Total Small Business Set -Aside (June 2003) (15 U.S.C. 644); 52.222-3 Convict Labor (June 2003) (E.O. 22755); 52-222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008) (E. O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-41 Service Contract Act of 1965 (Nov 2007); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002); 52.225-3 Buy American Act -Supplies (Feb 2009); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.252-2 Clauses Incorporated of Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252-211-7003 Item Identification and Valuation; 252-212-7000 Offeror Representations and Certifications - Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252-225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10, E. O. 10582); 252.232-7003 Electronic Submission of Payment Requests. Completed copy of the Offeror Representations and Certifications found under the following provisions: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, DFARS 252-212-7000 Offeror Representations and Certifications - Commercial Items. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil Quotes are due by 1100 A.M. PST on Friday, August 20, 2010. Contact Ms. Monica Sims by telephone at 760.577.6313 or e-mail monica.sims@usmc.mil, for any additional inquiries. The Government reserves the right to make an award solely on initial quotations received. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62204/M6220410Q9051/listing.html)
 
Record
SN02232152-W 20100808/100806235603-f78bf4616f0a6977f96ce407af9ed601 (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  © 1994-2020, Loren Data Corp.