BPA - Environmental Local Laboratory - Testing Only- 911th Airlift Wing

Agency: DEPT OF DEFENSE
State: Pennsylvania
Type of Government: Federal
FSC Category:
  • F - Natural Resources and Conservation Services
NAICS Category:
  • 541380 - Testing Laboratories
Posted Date: Mar 22, 2024
Due Date: Apr 4, 2024
Solicitation No: FA671224Q0012
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
BPA - Environmental Local Laboratory - Testing Only- 911th Airlift Wing
Active
Contract Opportunity
Notice ID
FA671224Q0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA6712 911 AW LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2024 07:00 am EDT
  • Original Date Offers Due: Apr 04, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Coraopolis , PA 15108
    USA
Description

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. Quotes are being requested and a written solicitation will not be issued.



1. The solicitation number is FA671224Q0012. This solicitation is issued as a Request for Quote (RFQ).



2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-



03, effective 2 February 2024.



3. This combined synopsis/solicitation is being issued as full and open competition under NAICS:



541380 – Testing Laboratories and Services. The size standard is $19.0 M.



4. The Statement of Work (SOW) and Pricelist and are contained in attachments #1 and #2.



5. Brief description of requirement for the item to be acquired:



Water analysis for samples at a PA accredited laboratory. Samples will be collected by Government representatives and delivered to a laboratory that is located 35-miles within the 911th Airlift Wing, Coraopolis, PA 15108. Sample test kits shall be provided by the awarded vendor. See laboratory and environmental requirements listed in the Statement of Work for analysis characteristic details.



A Blanket Purchase Agreement (BPA) will be put in place for a 5-year ordering period. BPA pricing will be reviewed annually upon each award anniversary date.



Mailing address for sample kits: 911th Airlift Wing/ CEVE Pittsburgh IAP ARS 2475 Defense Avenue Building 333 Coraopolis, PA 15108.



6. Place of delivery is 911th Airlift Wing, Building 333 Coraopolis, PA 15108.



7. The following provisions are incorporated by reference.



52.212-1, Instructions to Offerors – Commercial



8. The following provisions are incorporated by full text:



52.212-1, Instructions to Offerors – Commercial, Addendum, applies to this acquisition.



(1) FAR 52.212-1, paragraph (b)(8) if not completed electronically in Sam.gov, Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.



(2) To be considered for this requirement, the Offerors must complete the price list template (see attachment #2).



52.212-2, Evaluation -- Commercial Items, (Jan 1999)



Award will be made to the Offeror whose Acceptable Technical Proposal represents the Best Value to the Government. Best Value will be determined by the Lowest Priced Technically Acceptable proposal. Offers will be rated by technical acceptability and award will be made to the lowest priced offer.



BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b).



The Government will award a single BPA to the lowest priced offer that is deemed technically acceptable and determined to be responsible IAW FAR 9.104 and whose quote conforms to all stated terms, conditions, representations, certifications, required by this RFQ. Unless identified otherwise, by submission of a quote, the Offeror has agreed to all requirements included herein. Failure to meet a requirement may result in a quote being determined ineligible for award.



Price. Use Attachment #2 to enter pricing for each type of test. The Government shall conduct a price evaluation of all offers. The Government will evaluate an offer by adding the total price for all tests on Attachment #2. The Government may use various price analysis techniques and procedures to ensure a fair, reasonable and realistic price. Evaluation of prices will determine if they are compatible with the scope of the effort, are not unbalanced and are neither excessive nor insufficient for the effort to be accomplished. It is expected that the competitive nature of this acquisition will drive price reasonableness and fairness; however, the Government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques.



Technical Evaluation. The lowest priced quote received will be evaluated for technical acceptance.



To confirm the capability, and therefore, acceptability, of the Offeror to meet the Government’s requirements as outlined in Attachment 1 (SOW), the Offeror shall submit with their quote, a clear, and concise Technical Capability Narrative that includes sufficient detail to substantiate the validity of the Offeror’s stated claim(s) that they are able to meet the requirement. The narrative shall not simply rephrase, reiterate, or restate the Government's own language, but rather shall provide convincing rationale describing how the Offeror intends to fulfill the requirement. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the SOW’s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative. The Offeror’s Technical Capability Narrative must, at a minimum, address how the Offeror intends to meet the requirements of the SOW.



If the lowest quote is accepted by the government, no further quotes will be evaluated. If the lowest quote received is not technically accepted by the government, the next lowest priced quote received will be technically evaluated and so on until the lowest price received and accepted by the government is confirmed. An award notice will be posted to sam.gov.



Technical Evaluation Ratings: Upon evaluation of the Technical Capability Narrative, the following rating will be assigned:



Acceptable: The Offeror has provided sufficient information within their Technical Capability Narrative for the Government to evaluate and confirm their capability to meet all the requirements of the SOW.



Unacceptable: The Offeror has not provided sufficient information within their Technical Capability Narrative; therefore, the Government cannot confirm their capability to meet the requirements of the SOW.



If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award.



A price analysis may be conducted to determine if the lowest price technically acceptable offer is fair and reasonable. A single award will then be made to the Offeror who has been determined responsible and has submitted the lowest, technically acceptable pricing.



The Government intends to evaluate proposals and award 1 (one) BPA without discussions with offerors. Therefore, the offeror’s initial proposal should contain the offeror’s best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.



52.252-1, Solicitation Provisions Incorporated by Reference



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):




  • 52.204-7, System for Award Maintenance

  • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018)

  • 52.204-13, SAM Maintenance

  • 52.204-24, Representation, Regarding Certain Telecommunications and Video Surveillance Services or Equipment

  • 52.204-26, Covered Telecommunications Equipment or Services-Representation

  • 52.204-27, Prohibition on a ByteDance Covered Application

  • 52.212-1, Instructions to Offerors - Commercial Items

  • 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items

    52.212-4, Contract Terms and Conditions - Commercial Items

  • 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran Representations and Certifications

  • 52.232-39, Unenforceability of Unauthorized Obligations

  • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

  • 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)

  • 52.243-1 Alternate I, Changes Fixed Price

  • 52.252-2, Clauses Incorporated by Reference

  • 52.252-6, Authorized Deviations in Clauses

  • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –




  • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

  • 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

  • 52.204-27, Prohibition on a ByteDance Covered Application

  • 52.209-6, Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

  • 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns

  • 52.219-28, Post-Award Small Business Program Representation (Jul 2013)

  • 52.222-3, Convict Labor

  • 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)

  • 52.222-21, Prohibition of Segregated Facilities

  • 52.222-26, Equal Opportunity

  • 52.222-36, Equal Opportunity for Workers with Disabilities

  • 52.222-41, Service Contract Labor Standards

  • 52.222-42, Statement of Equivalent Rates for Federal Hires

  • 52.222-50, Combating Trafficking in Persons

  • 52.222-55, Minimum Wages Under Executive Order 13658

  • 52.222-62, Paid Sick Leave Under Executive Order 13706

  • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)

  • 52.225-13, Restrictions on Certain Foreign Purchases

  • 52.232-33, Payment by Electronic Funds Transfer--System for Award Management

  • 52.232-36, Payment by Third Pary



DFARS CLAUSES AND PROVISIONS




  • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

  • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

  • 252.203-7005, Representation Relating to Compensation of Former DoD Officials

  • 252.204-7003. Control of Government Personnel Work Product

  • 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls

  • 252.204-7015, Disclosure of Information to Litigation Support Contractors

  • 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation

  • 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

  • 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

  • 252.204-7024, Notice on the Use of the Supplier Performance Risk System

  • 252.225-7001, Buy American Act & Balance of Payments Program

  • 252.225-7012, Preference for Certain Domestic Commodities

  • 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program

  • 252.225-7048, Export Controlled Items

  • 252.232-7003, Electronic Submission of Payment Requests and receiving Reports

  • 252.232-7010, Levies on Contract Payments

  • 252.243-7001, Pricing of Contract Modifications

  • 252.244-7000, Subcontracts for Commercial Items




AFFARS CLAUSES




  • 5352.201-9101, Ombudsman



Due date for quotes: Thursday April 4th at 5:00 p.m. eastern standard time. Quotes received after this deadline will not be accepted (the due date/time for receipt of quotes may be extended if found to be in the best interest of the government). The government reserves the right to cancel this solicitation either before or after the closing date if found to be in the best interest of the government.



The Point of Contact for this solicitation is Crystal Spurlin who can be reached at email crystal.spurlin@us.af.mil.



The secondary Point of Contact for this solicitation is Paul Davisson who can be reached at email paul.davisson@us.af.mil



System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/.



Quotes shall be sent via email to crystal.spurlin@us.af.mil An email will be sent confirming receipt.



All quotes shall include price(s), FOB point, a point of contact, name and phone number and business size.



Attachments to this combined synopsis solicitation:



1: Statement of Work



2: Pricing Template



3: Current Wage Determination WD 2015-4235, Rev 25 Dated December 26, 2023










Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 2375 DEFENSE AVE
  • CORAOPOLIS , PA 15108-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 22, 2024 07:00 am EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 23, 2024[Award Notice (Original)] BPA - Environmental Local Laboratory - Testing Only- 911th Airlift Wing

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow ALF Bradford RD & Marienville RD Bat Mist-net Surveys Active Contract Opportunity

AGRICULTURE, DEPARTMENT OF

Bid Due: 4/26/2024

ADVERTISEMENT INFORMATION General Information Department for this solicitation: Procurement Date Prepared: 04/02/24 Types:

State Government of Pennsylvania

Bid Due: 5/06/2024

Perennial Planting at Pressley Street High-Rise Rebid IFB#250-07-24 Rebid Perennial Planting at Pressley

Housing Authority of the City of Pittsburgh

Bid Due: 5/14/2024

Follow Allegheny National Forest Common Stand Exam (CSE) project. Active Contract Opportunity Notice

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/14/2024