Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOLICITATION NOTICE

H -- Lab Analysis service - chem tables

Notice Date
11/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA94Q20120007
 
Point of Contact
kathryn rato, Phone: 4157442580, Debra Velmere, Phone: 4157444140
 
E-Mail Address
kathryn.rato@dot.gov, Debbie.velmere@dot.gov
(kathryn.rato@dot.gov, Debbie.velmere@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
chem table 2 chem table 1 The Request for Quotation number is DTMA4Q 2012007 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-45. This acquisition is a Small Business set aside for offerors' business size not to exceed $12.mil. The NAICS is 541380..The contract type will be a firm-fixed-priced unit-price Indefinite Delivery Indefinite Quantities (IDIQ) contract. Period of Performance shall be 12 months base period, Jan 1, 2012 through Dec 31, 2012, with 3 1-year options Jan 1 2013-Dec 31, 2013, Jan 1, 2014- Dec 31 2014, Jan 1, 2015 -Dec 31, 2015,. At time of award the IDIQ contract will be funded to the successful offeror's total of extended amounts, and this sum shall be considered a Not-To-Exceed (NTE) ceiling for Task Orders to be issued against during the performance period for the 3 periods: from start date of BASE year, Opt year 1, Option year 2 through each ending date of the relative period. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals. A written solicitation will not be issued. The ensuing award is under the authority of FAR Subpart 12 "Acquisitions of Commercial Items". The Government proposes to solicit offers for the following services and quantities: DESCRIPTION OF SERVICE: Contractor will prepare and supply collection sample container(s) for the tests see below, CLIN's 1-6 describe the tests, (each event requires 6 or up to 15 containers to be on hand at MARAD's Suisun Bay, Reserve Fleet (SBRF) in advance of when needed and shall be replenished once send out with samples. Contractor will deliver up to 6 or up to 15 sample collection containers per Task Order call, to be delivered to upon request from the SBRF. MARAD will collect samples. Contractor will pick up sample collection containers within 24 hours (except weekends and government holidays) upon notice from the SBRF. Location of Work: US DOT Maritime Administration, Suisun Bay Reserve Fleet (SBRF), 2595 Lake Herman Road, Benicia, CA 94510. The contractor, a Certified California Lab, ALHA ELLAP and Cal/DHS-ELAP, shall provide sample collection containers, sample labels, analytical lab testing, and reports for following CLIN's For each sampling event in CLIN's 1-7, the contractor will provide SBRF a lab analysis report with an original signature of a certified lab technician qualified to analyze and interpret sample testing results. Contractor will notify the SBRF of sample test results within ten days of receipt of samples from the SBRF. All remaining lab samples will become property of the contractor. Contractor will provide a "chain of custody" form for samples. ================================================================================= CLIN 0001: Bilge water: ================================================================================== CLIN 0002: Storm water and Total Metals: The method for metals shall be EPA 6020 (metals) and EPA 1631 (mercury), so that the Practical Quantitation Limits (equipment detection limits) are equal to or less than the Benchmark Values (BMVs) and Environmental Screening Levels (ESLs), whichever is less. =============================================================================== CLIN 0003: Storm Water including total and dissolved Metals: The method for metals shall be EPA 6020 (metals) and EPA 1631 (mercury), so that the Practical Quantitation Limits (equipment detection limits) are equal to or less than the Benchmark Values (BMVs) and Environmental Screening Levels (ESLs), whichever is less. ------------------------------------------------------------------------------------------------------- CLIN 0004: PCB Storm water sample: Analyze storm water sample(s) for the following constituent; •· Polychlorinated Biphenyls, test for PCB 1016, 1221, 1232, 1242, 1248, 1254, and 1260 (results in µg/L) ================================================================================ CLIN 0005: Paint Waste: •· Lead content using the TCLP method (results in µg/L) •· Polychlorinated Biphenyls, test for PCB 1016, 1221, 1232, 1242, 1248, 1254, and 1260 (results in mg/kg) ------------------------------------------------------------------------------------------------------- CLIN 0006: Asbestos; Analyze various materials, such as gaskets, pipe lagging, insulation, wall board, etc.) for: •· Asbestos content using Polarized Light Microscopy method ------------------------------------------------------ CLIN 007 Asbestos, Expedited same as CLIN 0006 except results w/in 48 hrs General This contract will be effective from award date thru Dec 2012 del results w/in 10 days of collection PRICE SCHEDULE Base Yr.( 1 lot= sample) CLIN 0001: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0002: Est'd QTY:56 UT:1 lot $_______ $__________ CLIN 0003: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0004: Est'd QTY:6 UT:1 lot $_______ $__________ CLIN 0005: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0006: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0007 Est'd QTY:10 UT:1 lot $_______ $__________ Total of CLIN 0001 & 0007 ext'd amounts NTE $_______________ PRICE SCHEDULE Opt Yr.1 ( 1 lot= sample) CLIN 0001A: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0002A: Est'd QTY:56 UT:1 lot $_______ $__________ CLIN 0003A: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0004A: Est'd QTY:6 UT:1 lot $_______ $__________ CLIN 0005A: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0006A: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0007A Est'd QTY:10 UT:1 lot $_______ $__________ Total of CLIN 0001A & 0007A ext'd amounts NTE $_______________ PRICE SCHEDULE Opt Yr.2 ( 1 lot= sample) CLIN 0001B: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0002B: Est'd QTY:56 UT:1 lot $_______ $__________ CLIN 0003B: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0004B: Est'd QTY:6 UT:1 lot $_______ $__________ CLIN 0005B: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0006B: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0007B Est'd QTY:10 UT:1 lot $_______ $__________ Total of CLIN 0001B & 0007B NTE amounts $_______________ PRICE SCHEDULE Opt Yr.3 ( 1 lot= sample) CLIN 0001C Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0002C: Est'd QTY:56 UT:1 lot $_______ $__________ CLIN 0003C: Est'd QTY:20 UT:1 lot $_______ $__________ CLIN 0004C: Est'd QTY:6 UT:1 lot $_______ $__________ CLIN 0005C: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0006C: Est'd QTY:10 UT:1 lot $_______ $__________ CLIN 0007C Est'd QTY:10 UT:1 lot $_______ $__________ Total of CLIN 0001C & 0007C NTE amounts $_______________ Total price for Base period, Opt year 1, Option year 2 and Opt yr 3 $_________ CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representations and Certifications or go on-line and complete form at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions Commercial Item. (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractors performance of this contract. The Contractor shall also be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractors liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) makes mandatory the requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED FAR 52.223-18 Contractors Policy to Ban Texting while Driving FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB1998) FAR 52.216-18 ORDERING. (OCT 1995) Such orders may be issued from: Jan 1, 2012 through Dec 31, 2015. FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995) Minimum order. (a) less than $700.00, (b) Maximum order. The Contractor is not obligated to honor-- (1) in excess of 50 samples (2) in excess of 100 tests (3) 10 calendar days (d) within 10 days FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (d) 20 Dec 2015. 52.232-18 Availability of Funds. (Apr 1984) 52.217-8 Option to Extend Services (Nov 1999) TASK ORDER (TO) When a TO is required, the Contracting Officer Representative (COTR) will request a pick up and indicate the quantity, via email or phone call (this shall be arranged at time of performance with the successful offeror). The pickup shall be in the parking lot at MARAD Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia CA and the contractor shall pick up within 24 hours of the email request. The COTR 's email request shall also copy the Contracting Officer. The Contractor shall respond to the request by email within 14 hours. All TOs are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any TOs. TASK ORDER ADMINISTRATION Correspondence for the Task Orders should be directed to the following address, John.Colberg@dot.gov and kathryn.rato@dot.gov. FAR 52.212-5 is applicable to this acquisition; The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). (2) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (3) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 ) (Pub. L. 108-77, 108-78). Also clause 52.212-5 para. (e) is addenda with the following : (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- A) N/A, B) N/A, C) N/A, D) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). E) N/A, F)52.222-36, Affirmative Action for Workers with Disabilities (June 1998), G) NA, H) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). I) N/A, J) N/A, K) N/A, L)N/A, M) N/A,. Finally, the following clauses are applicable under FAR 52.212-5: FAR 52.203-06 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alt I (Oct 1995) (41U.S.C. 253g and 10 U.S.C. 2402),FAR 52.219-06 Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644); FAR 52.222-03 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS ( (June 2008) ) The Government will award one firm-fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered based on the total price for all CLINS. The following factors shall be used to evaluate offers: California Laboratory certificates are pass or fail, the Technical Proposal's Plan and Past Performance are trade off against Price for best value determination. AWARD: This purchase will be based on the following criteria: 1) (a)cert. Calif. Lab pass/or fail (b) Satisfactory technical plan, see below. 2) Past performance and price will be evaluated. 3) After determination of certificate validation, the other than price factors combined, are approximately equal to price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the best terms from a price and technical standpoint. 1) TECHNICAL PROPOSAL INSTRUCTIONS: The offeror provides copies of certificates or licenses for self and any subcontractors that they will be using. The TECHNICAL PLAN: offeror describes the process they will be using to pick up the samples within 24 hours of MARAD notification and identifying which subcontractors have what part in the process. Interested offerors are to respond, specifically, on how they will meet the 24 hr response time under the following scenario: Contractor is notified at 1700 on a Thursday by MARAD that sample shall be delivered to the lab within 24 hours, for 75 samples. 2) PRICE: Base and all option years, the price shall be the extended amount derived from the Estimated Qty that will be evaluated 3) PAST PERFORMANCE: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this requirement. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material, etc.), total dollar amount, procuring activity or firm's complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, competence, customer satisfaction, management and adequate oversight. Relevance is specific experience with lab analysis of hazardous waste. 5) OFFERS: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responding contractors' offers shall consist of a signed quotation of price for the specifically identified CLINs, submitted to the primary contact listed on this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA94Q20120007/listing.html)
 
Place of Performance
Address: 2595 Lake Hermand Road, benicia, California, 94510, United States
Zip Code: 94510
 
Record
SN02631042-W 20111202/111130234637-c233e1b26426cc5e289049a4c0bec292 (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.