Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
MODIFICATION

H -- Drinking and Waste Water Laboratory Testing

Notice Date
2/13/2020 3:02:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
SILC BSS(00084) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08420QA1152500
 
Response Due
2/27/2020 3:00:00 PM
 
Archive Date
03/13/2020
 
Point of Contact
Terrie M Brown, Phone: 5104376672, Fax: 5104373014, Michael T. Hassett, Phone: 5104373009
 
E-Mail Address
Terrie.m.brown@uscg.mil, Michaell.T.Hassett@uscg.mil
(Terrie.m.brown@uscg.mil, Michaell.T.Hassett@uscg.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items and FAR Subpart 13.5 Simplified Procedures for Certain Commercial items 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. This acquisition is for the selected contractor to provide all labor, supervision, equipment, materials, transportation, testing, monitoring and reporting to perform drinking water and waste water laboratory analysis for the U.S. Coast Guard at Training Center Petaluma, CA (TRACEN Petaluma, CA). � �(A) The solicitation number is 70Z08420QA1152500 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. �Service Contract Labor Standards Wage Determination Number 2015-5651, Rev. 9, dated 12/23/2019 for Sonoma County, CA is applicable and is attached. (C) This solicitation is issued as Unrestricted.� The associated NAICS code is 541380 and the small business size standard is $16.5 million. (D) List CLINS, item descriptions, quantities and units of measure:� Please see the attached for the Schedule of Services and Unit Prices form. (E) Description/Statement of Work/Specification: Please see the attached for the Performance Work Statement (PWS). (F) Date(s) and place(s) of delivery and acceptance:� This service is for a base year of 01 April 2020 through 31 March 2021 and contains four one-year options that can take this service through 31 March 2025, if exercised by the Government. The place of performance for this service is at the U.S. Coast Guard TRACEN Petaluma, 599 Tomales Rd, Petaluma, CA 94952. (G) FAR Provision 52.212-1, Instructions to Offerors�Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements. (H) Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Items, with its Alternate I, with their offer. Offerors may complete this online at SAM: www.beta.sam.gov .� An offeror must state in their offer if they completed FAR 52.212-3 with Alternate I online and that is it up-to-date and valid. (J) FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (OCT 2018) applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. (K) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (JAN 2020) is incorporated by reference and applies to this acquisition.� Please see the attached RFQ terms and conditions that are applicable to the acquisition. (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (N) Date, time and place offers are due. Offers are due by Thursday, February 27, 2020, 3:00 PM Pacific Time. Submit offers to the following mailing address or e-mail address (Email Preferred), by the offer due date and time: U.S. Department of Homeland Security United States Coast Guard, SILC Detachment Alameda Coast Guard Island, Bldg. 54C, Code COB2W Alameda, CA 94501-5100 Attn: Terrie M. Brown Via e-mail to (Terrie.M.Brown@uscg.mil); and (michael.t.hassett@uscg.mil) (O) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Terrie.M.Brown@uscg.mil no later than Thursday, February 21, 2020, 3:00 PM Pacific Time. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester�s concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for reasons of unusual and compelling urgency or is determined in writing to be in the best interest of the Government. The agency�s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program shall be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. The Ombudsman Hotline telephone number is (202) 372-3695.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc0b532e12b84aa8b2abde236fe62d57/view)
 
Place of Performance
Address: Petaluma, CA, USA
Country: USA
 
Record
SN05561644-F 20200215/200213230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.