Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

H -- ISO 17025 LAB ACCREDIATION SERVICES

Notice Date
7/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0158
 
Archive Date
8/8/2017
 
Point of Contact
Sandra J. Kennedy, Phone: 443-861-4740
 
E-Mail Address
sandra.j.kennedy14.civ@mail.mil
(sandra.j.kennedy14.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The solicitation number for this requirement is W91ZLK-17-T-0158. This requirement is being solicited as a 100% small business set aside. The associated North American Industry Classification System (NAICS) Code is 541990, the Small Business Size Standard is $15,000,000.00. The Government intends to award a Firm-Fixed Price purchase order. This procurement will be evaluated as lowest price technically acceptable and in accordance with the Performance Work Statement shown listed below. PERFORMANCE WORK STATEMENT ISO 17025 Accreditation of EBML Laboratory 1.0 Introduction: The contractor shall provide all personnel, support the Enviromental BioMonitoring Laboratory (EBML) as defined in this Performance Work Statement (PWS). The services to be conducted by the contractor are to include on- and off-site assessments of the laboratory and management system located at ECBC Building E3401, Aberdeen Proving Ground - Edgewood Area. 1.1 Background: 1.2 Objective: The objective of this contract is to provide a yearly assessment and audit of the laboratory and management system and accredit EBML to the ISO 17025 standard. 2.0 Applicable Documents: 2.1 ISO 17025:2005 standard found at www.iso.org 3.0 Requirements: The contractor, as an independent contractor and not as an agent of the Government, shall perform the following work: 3.1 Assessment. The contractor shall perform an assessment of both the EBML laboratory (Qualitative ECL and Qualitative Real-Time PCR analysis) and its management system in accordance to the ISO 17025 standard on a two year cycle. These assessments will be performed on-site the first year followed by an off-site review during year two. At the conclusion of the assessment, the contractor will deliver an assessment report detailing any deficiencies found during the assessment, along with the time frame required for correction. 3.3 Antiterrorism/Operations Security Review 3.3.1 Access and General Protection/Security Policy and Procedures. All contractor and subcontractor employees with an area of performance within an Army controlled installation, facility, or area shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Service, or Security Office. Contractor and subcontractor workforce must comply will all personal identify verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, show the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The contractor support personnel working on-site shall: 3.3.1.1 Government escort to facility. To get on post, a valid form of identification is required along with a valid vehicle registration. 3.4 Safety and Health. The contractor may inspect laboratories that are at level BSL2. 3.5 Performance Outcomes. The outcomes under this contract, would be a Certificate of Accreditation and an accompanying Scope of Accreditation certificate for the EBML Laboratory. The Scope of Accreditation certificate is specific to the tests and analyses performed by the laboratory. 4.0 Government Furnished Property: N/A 5.0 Deliverables. The contractor shall conduct on- and off-site assessments is altering years. At the end of each assessment, the contractor will deliver an assessment report detailing any deficiencies. Upon successful completion of those deficiencies, the contractor shall deliver a Certificate of Accreditation and accompanying Scope of Accreditation certificate. INSTRUCTIONS to OFFERORS: *****IT IS IMPORTANT TO READ THE ENTIRE SUBMISSION INSTRUCTIONS********* Bids are to be submitted in the following format: CLIN 0001: $_________ Base Year On-site Audit and Assessment as per the Performance Work Statement. Period of Performance (PoP) will be for one year from date of award or as stated within the purchase order. CLIN 0002: $ Not separately priced - Base Year Contractor Manpower Reporting Application Accounting for Contract Services Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. This applies to CLINs 0002, 1002, 2002 and 3002. CLIN 1001: $_________ Option Year One (1) Off Site Accreditation fee as per the Performance Work Statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 0001 has expired, if exercised. CLIN 1002: $ Not separately priced Option Year One (1) Contractor Manpower Reporting Application CLIN 2001: $_________ Option Year Two (2) On site Audit and Accreditation as per the Performance Work Statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 1001 has expired, if exercised. CLIN 2002: Not separately priced Option Year Two (2) Contractor Manpower Reporting Application CLIN 3001: $_________ Option Year Three (3) Off Site Accreditation fee as per the Performance Work Statement. The twelve month period of performance (PoP) will begin immediately after the PoP of CLIN 2001 has expired, if exercised. CLIN 3002: Not separately priced Option year Three (3) Contractor Manpower Reporting Application The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 252.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. ADDITIONAL INFORMATION AND SUBMISSION PROCEDURES : 1) Acceptance shall be at destination. 2) Shipping shall be FOB Destination to Aberdeen Proving Ground, MD. 3) Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens. 4) Provide the following detailed information with the quote: a. Point of contact name and complete contact information b. CAGE code c. DUNS number d. TIN 5) Quotes are to be submitted in the format stated within this solicitation, by the date noted with the point of contact information as requested. 6) All questions must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 12 Jul 2017 at 10:00 a.m, Eastern time. 7) All Quotations must be signed, dated, and submitted in the format stated via email to sandra.j.kennedy14.civ@mail.mil by 24 Jul 2017 at 10:00 a.m. Eastern Time. Place the solicitation number within your subject line of the e-mail. 8) Partial quotes will not be evaluated by the Government. 9) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. 10) All quotations from responsible sources will be fully considered. 11) Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to bid submission will not be considered. Vendors may register with SAM online at the website link provided. 12) The solicitation number must be listed on the subject line of all communications. **************TELEPHONE REQUESTS WILL NOT BE HONORED****************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5efe3ff9e37c096afe4fd132dd850fb)
 
Place of Performance
Address: Edgewood Area, Aberdeen Proving Ground, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04569909-W 20170708/170706235743-d5efe3ff9e37c096afe4fd132dd850fb (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.