Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
MODIFICATION

F -- ROUTINE ANALYTICAL CHEMISTRY SERVICES

Notice Date
8/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00422
 
Response Due
8/17/2016
 
Archive Date
9/1/2016
 
Point of Contact
Hayes, Lisa
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to provide Final Questions and Answers. The Government will not accept additional questions after this Amendment 3. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G16PS00422. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13.5, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. (IV) The solicitation is not a set-aside. The associated NAICS code is 541380. The small business size standard is $15.0 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0010 - Base Year - Chemical analysis services of geologic materials for USGS, Mineral Resources Program (MRP), Denver, CO in accordance with the attached Statement of Work. CLIN NO. 0020 - Option Year 1 - Chemical analysis services of geologic materials for USGS, Mineral Resources Program (MRP), Denver, CO in accordance with the attached Statement of Work. CLIN NO. 0030 - Option Year 2 - Chemical analysis services of geologic materials for USGS, Mineral Resources Program (MRP), Denver, CO in accordance with the attached Statement of Work. CLIN NO. 0040 - Option Year 3 - Chemical analysis services of geologic materials for USGS, Mineral Resources Program (MRP), Denver, CO in accordance with the attached Statement of Work. CLIN No. 0050 ¿ Option Year 4 - Chemical analysis services of geologic materials for USGS, Mineral Resources Program (MRP), Denver, CO in accordance with the attached Statement of Work. Note to Offeror ¿s: The Government contemplates award of a Requirements Contract that allows for the issuance of Firm-Fixed price task orders resulting from this solicitation. (VI) Refer to Attachment 1 ¿ Statement of Work for complete details. (VII) Period of Performance: The period of performance for the Base Year shall commence on September 14, 2016 through September 13, 2017, with each subsequent Option Year consisting of one year. Place of delivery is U.S. Geological Survey, Central Mineral and Environmental Resources Science Center, West 6th Ave. & Kipling St., Denver Federal Center (DFC), Bldg. 20, MS 973, Denver, CO 80225-0046. Delivery shall be FOB Destination. (VIII) FAR 52.212-1- Instructions to Offerors - Commercial Items (OCT 2015), applies to this acquisition. ADDENDUM TO CLAUSE 52.212-01(C) The period for acceptance of offers specified in this paragraph, is hereby changed from 30 days to 90 days. (IX) FAR 52.212-2 Evaluation - Commercial Items. (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: NOTE: A FINDING OF UNACCEPTABLE IN ONE TECHNICAL FACTOR AND/OR SUBFACTOR MAY RESULT IN THE ENTIRE QUOTATION BEING DETERMINED UNACCEPTABLE. Factor A: Technical and Management Capability - Offeror ¿s shall provide documentation that clearly demonstrates their ability to perform the requirements contained in the Statement of Work as follows: 1. Offer ¿s shall explain in detail how they will be able to fulfill the number of orders within the delivery schedule based on the number of samples expected. 2. Offeror ¿s shall provide SOP ¿s for methods listed under Section 2.1.17 (Methods 1-19) per USGS ¿s Fundamental Science Practices at https://www2.usgs.gov/usgs-manual/500/502-2.html. 3. Offeror ¿s shall provide methods summaries for methods 20-40 listed under Section 2.1.18. These method summaries will be evaluated based on the number of elements reported and on the lowest lower reporting limit and the highest upper reporting limit for all elements reported for each method requested. Factor B: Laboratory QA/QC Operations - Offeror ¿s shall provide detailed documentation describing their specific quality assurance program which includes the following: 1. Data management plan and procedures. 2. List of instrumentation that will be used to perform each method. 3. Quality control requirements conforming to analyses as defined in Section 2.1.19-2.1.25 of the Statement of Work. Factor C: Qualifications and Experience of Key Personnel ¿ Offeror ¿s shall provide qualifications including relevant prior experience, special training and education for the proposed Key/Lead Chemist personnel assigned to this requirement. Factor D: Past Performance ¿ Offeror ¿s shall submit completed Past Performance Questionnaires (PPQs) for a minimum of three (3) similar contracts (in terms of contract size, period of performance, as well as, the variety and level of complexity of services performed) in which it has participated during the past three (3) years. Offeror ¿s shall complete Section A of each PPQ and furnish the PPQ to clients. In turn, the client will evaluate the Offeror by completing Section B and the Questionnaire, and submitting the complete PPQ (Sections A, B, and Questionnaire) to the appropriate personnel designated on the form ON OR BEFORE THE DUE DATE OF THIS SOLICITATION. The Government may consider questionnaires received after the due date of the solicitation but is not obligated to do so. Completed PPQs submitted directly from the Offeror will not be considered for evaluation purposes. The Government intends to confirm receipt of a completed PPQ via email within five (5) business days to the client reference that submitted the PPQ. The Government will not communicate directly with Offerors regarding the status of PPQs being submitted on their behalf. Offerors interested in the status of PPQs submitted on their behalf are to contact their client references directly. Offerors with no record of relevant past performance must submit a signed and dated statement to that effect. In addition, past performance information will be obtained from Past Performance Information Retrieval System (PPIRS). Past performance information will be used in the evaluation of all evaluation factors which it impacts. The Government reserves the right to use information obtained from sources inside and outside the offeror ¿s quotation. Factor E: Small Business Subcontracting Plan In accordance with FAR 19.7, offerors shall submit a Small, Small Disadvantaged Business, Service Disabled Veteran-Owned, Women-Owned Small Business, and HUBZone Small Business, Subcontracting Plan with their quotation. The Small Business Administration assigned the following agency subcontracting goals to the Department of the Interior and they flow down unchanged to the U.S. Geological Survey as follows: (a) 44.5% small business subcontracting goal; (b) 5% small disadvantaged business statutory based subcontracting goal; (c) 3% service-disabled veteran-owned small business statutory based subcontracting goal; (d) 5% women-owned small business statutory based subcontracting goal; and (e) 3% HUBZone small business statutory based subcontracting goal. The subcontracting goals are not a firm requirement of any Subcontracting Plan submitted hereunder. However, they will be used as a guideline in the evaluation and determination of the acceptability of an offeror's Subcontracting Plan. A copy of the current approved master Subcontracting Plan, or a new plan specifically developed for this solicitation shall be submitted. The plan shall be submitted in accordance with the FAR 52.219-9 ¿Small Business Subcontracting Plan ¿ clause and its Alternate II which outlines the information to be contained in the plan. Subcontracting plans are not required -- (1) From small business concerns; (2) For personal services contracts; (3) For contracts or contract modifications that will be performed entirely outside of the United States and its outlying areas; or (4) For modifications to contracts within the general scope of the contract that do not contain the clause at 52.219-8, Utilization of Small Business Concerns (or equivalent prior clauses, e.g., contracts awarded before the enactment of Public Law 95-507). Factor F: Proficiency Test Sample Results Pre-Award Testing ¿ Offeror ¿s that are determined technically acceptable will be required to perform analyses of proficiency samples to determine performance based on measured precision and accuracy. The samples will be analyzed at the Offeror's expense and the sample set will contain approximately 20 prepared samples. Sample data will be evaluated based on the Analytical Performance Criteria specified for each Method in the Statement of Work. Measurement of analytical precision will be evaluated based on results from blind replicated samples contained within the sample set. Analytical accuracy of the results and systematic errors will be evaluated using independent determinations and historical analytical data for those materials. The proficiency samples shall be analyzed on equipment identical to the Offeror's proposed system using chemical preparation techniques presented in the Statement of Work. Offeror's shall be required to perform all proficiency analyses and remit the data to the Contracting Officer within fourteen (14) days of receipt of the samples from the Government. The resulting data from the analysis of the proficiency samples will be transmitted to the Contracting Officer electronically and will be in an Excel spreadsheet format with a separate tab for each analytical method. Firms not returning the results of the analyses within fourteen days (14) days of receipt of the samples shall be determined to have failed the sample evaluation test. Upon completion of the evaluation, the results of the pre-award testing will be incorporated into the offeror ¿s quotation ¿s technical evaluation. Offerors will be evaluated on a pass/fail basis compared to the prior analytical results for these proficiency samples. Offerors who compare favorably with prior results will receive a ¿pass ¿ score for the samples analyzed, and will be retained and remain eligible for award. In the event an offeror ¿fails ¿, it will be rendered ineligible for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror ¿s initial offer should contain the offeror ¿s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Basis of Award The award of this requirement shall be made using only the procedures found in FAR part 12 in conjunction with FAR part 13.5. A single award shall be made to the vendor whose quotation, conforming to this RFQ, is determined to be the most advantageous to the government, cost or price and other non-cost or non-price factors listed above. In determining which quotations offers the greatest value or advantage to the Government, overall technical proficiency will be considered more important than price or cost. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2016), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at SAM, the offeror shall complete only paragraphs (c) through (q) of this provision. (XI) The clause at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C.6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2015) (15 U.S.C. 637(d)(4)). (iii) Alternate II (OCT 2001) of 52.219-9. (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016)(E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (XIII) The following clauses and provisions are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/ The clauses are incorporated by reference, and their terms and conditions apply: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. (MAY 2011) 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2015) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.223-3 Hazardous Material Identification and Material Safety Data. (JAN 1997) - Alternate I (JUL 1995) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.247-34 F.o.b. Destination. (NOV 1991) Refer to Attachment 1 for all additional applicable clauses. The provisions are incorporated by reference, and their terms and conditions apply: 52.252-1 - Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.204-7 System for Award Management. (JUL 2013) 52.204-16 Commercial and Government Entity Code Reporting. (JUL 2015) 52.204-17 Ownership or Control of Offeror. (NOV 2014) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015) 52.214-34 Submission of Offers in the English Language. (APR 1991) 52.214-35 Submission of Offers in U.S. Currency. (APR 1991) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) Refer to Attachment 1 for all additional applicable provisions. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Electronic Submission of Offers ¿ Required - Quotations are required to be received no later than 5:00 p.m. Mountain Daylight Time (MDT) on August 15, 2016. Only electronic quotes will be accepted. Quotations shall be submitted by e-mail to ldhayes@usgs.gov. DO NOT SUBMIT YOUR QUOTE THROUGH FEDCONNECT. (XVI) Questions regarding this solicitation should be directed to Lisa D. Hayes at (303) 236-9327 and/or ldhayes@usgs.gov. NOTE: Please see detailed information and all attachments to this Solicitation G16PS00422 at https://www.fedconnect.net/FedConnect/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00422/listing.html)
 
Record
SN04221402-W 20160814/160812234447-4d0936fc485b8f5ed17ab9d0fb32d1f1 (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.