The RFP Database
New business relationships start here

BLM Vehicle Fluid Analysis and Testing


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS-SOLICITATION

i.    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

ii.    The solicitation number for this acquisition is 140L0618R0014 and it is being issued as a Request for Proposals (RFP).

iii.    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (effective 06 November 2017).

iv.    This acquisition is set aside 100% for small business concerns. The associated North American Industry Classification System (NAICS) code is 541380-Laboratory Testing and the associated small business size standard is $15,000,000.00.

v.    The Blanket Purchase Agreement (BPA) vehicle fluid tests and analysis items are estimated quantities. The price schedule with estimated quantities are listed in Attachment IV of this combined synopsis/solicitation.

vi.    A description of requirements for the vehicle tests are detailed in the Attachment I-Performance Work Statement of this combined synopsis/solicitation.

A description for the BPA follows:

BLANKET PURCHASE AGREEMENT (BPA)

1 DESCRIPTION OF AGREEMENT: The supplier shall furnish all supplies or services, if and when requested by the contracting officer or authorized representative of the contracting officer. The Contractor is required to provide vehicle fluid testing and analysis in strict accordance with this agreement and the Performance Work Statement.
(a)    This BPA, including paragraphs (a) and (b) hereof, may be modified or may be canceled in their entirety by either party upon thirty (30) days written notice to the other party, except that this agreement may be canceled by the US Government at any time if the parties fail to agree upon any deletion, amendment or addition to this agreement which is required by statute, Executive Order or the Federal Acquisition Regulations (FAR). BPA calls issued before the BPA cancellation shall be fulfilled in accordance with their specific requirement and period of performance.
(b)    This BPA shall be reviewed, at a minimum, annually before the anniversary of its effective date, and revised to conform to all requirements of statutes, Executive Orders, or the FAR. Any revision shall be evidence by an agreement modifying this BPA.
2.    EXTENT OF OBLIGATION: The Government is only obligated to the extent of authorized calls actually placed against this BPA and shall not be liable in any manner in the event no calls are placed.
3.    PRICING: The prices charged the United States Government shall be as low as or lower than those charged the supplierB?s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment.
4.    PURCHASE LIMITATION: The limitation for each Vehicle Fleet Card purchase (BPA call) under this BPA is $3,500.00. The total aggregate amount of this BPA is a not to exceed maximum amount of $600,000.00.
5.    NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS: A list of individuals authorized to purchase supplies/services under this BPA, identified by title of position, organizational component, name of individual and the purchase limitation will be furnished to the contractor by the contracting officer.
6.    INVOICES: A summary invoice shall be available through the online data system and shall also be submitted monthly for all fluid tests and analysis made during a billing period. The invoice shall identify the vehicles tested, the tests performed and the total dollar value of the tests performed during the month. Individual invoices for each call (test kit) shall be available through the online data base. All invoices shall reflect the specific information as outlined in clause DOI-AAAP-028 Invoices (Attachment 2-Terms and Conditions). Monthly invoices shall be provided to: Mr. Perry Coats at pcoats@blm.gov.
7.    PAYMENT: Payment for each call will be made when the results of the fluid test and analysis are available through the online database and have been verified by the BLM.
8.    CALLS: Calls (purchases) shall be made by contractor receipt of the fluid analysis kit. The BLM shall notify the contractor that a kit has been shipped, and authorized callers will provide a credit card for payment. Contractor personnel receiving the kit(s) shall contact the BLM indicating that the kit has been received and that sufficient fluid and information for each kit has been obtained to comply with the fluid testing and analysis required. The BLM contact information shall be provided with each test kit submitted.
9.    RESPONSIBILITY: Only the contracting officer(s) or designated representative(s) are authorized to make BPA calls (submit test kits for fluid testing and analysis) as authorized per the BPA agreement.
10.    DESIGNATED REPRESENTATIVE: The person(s) designated on the list furnished by the contracting officer is/are the designated representative(s) of the contracting officer for the purpose of BPA calls (fluid test kit submission) under this agreement.

vii.    All fleet fluid testing and analysis results shall be available through the secure online database within 48 hours of the testing kit receipt at the laboratory. All BLM tests results and analysis performed by the contractor shall be uploaded to a secure online database and available 24/7 during the period of performance of this BPA agreement.

viii.    FAR 52.212-1, Instructions to Offerors B? Commercial, does apply to this acquisition with no addenda to the provision.

ix.    FAR 52.212-2, Evaluation B? Commercial Items, does apply to this acquisition. In accordance with FAR 13.106, the BPA shall be awarded to the offeror providing the best value to the Government based upon six (6) evaluation factors:
Factor 1: Laboratory Certification
    Factor 2: Secure Vendor Supported On-Line Customer Database
    Factor 3: Vehicle Fluid Test Kits
    Factor 4: Training
    Factor 5: Past Performance
    Factor 6: Price

Laboratory Certification, Secure Vendor Supported On-Line Customer Database, Vehicle Fluid Test Kits, Training and Past Performance, when combined, are more important than price.

EVALUATION FACTORS AND CRITERIA
The technical proposal shall be evaluated to determine if the Offeror provides a sound, compliant approach that meets the requirements of the specifications provided in this combined synopsis/solicitation and demonstrates a thorough knowledge and understanding of those requirements. An evaluation rating of Technically Acceptable/Unacceptable will be assigned upon completion of the technical proposal evaluations. If an offeror receives a technical rating of B?UnacceptableB? for any factor, they will not be considered for the BPA award.

FACTOR 1: LABORATORY CERTIFICATION:
The offeror shall be a certified oil sampling laboratory that, at a minimum, is certified in accordance with ISO-9000 or ISO-17025 and participates in the American Society for Testing and Materials (ASTM) Proficiency Test Programs.

FACTOR 2: SECURE ON LINE CUSTOMER DATABASE
The offeror shall provide a secure online customer data base that includes the following:
1.    Secure site with BLM information accessible only by BLM.
2.    Site accessible 24 hours a day.
3.    Contains all tests for all BLM vehicles submitted for testing.
4. Capability to customize reports for all BLM vehicles and for the entire BLM fleet.

FACTOR 3: VEHICLE FLUID TEST KITS
The offeror shall provide test kits for all samples as stipulated in the performance work statement.

FACTOR 4: TRAINING
The offeror shall provide fluid sample training. The training shall be presented in a webinar available on the vendorB?s website or brochure and will describe the procedures of providing a fluid sample for testing. The training shall demonstrate utilization of the test kit provided by the offeror.

FACTOR 5: PAST PERFORMANCE
The Government shall evaluate the offeror's experience and past performance with work of a similar nature and complexity to that required by this solicitation. The BLM shall utilize information obtained from the electronic past performance database and/or other government and local agencies to evaluate Present and Past Performance.

Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a "Neutral " rating for the Past Performance factor.

FACTOR 6: PRICE
The prices proposed shall include the test kit, shipping of the test kits (materials) to BLM and shipping of the samples back to the laboratory. The vehicle samples will be taken from 144 BLM locations. Please propose individual prices for the accessories needed (such as tubing, extractor pump, and rebuilt kits) for each of the fluid tests. Please include additional accessories if needed and provide any relevant information regarding the prices proposed. The prices proposed by the offeror shall be determined fair and reasonable at time of award.

x.    Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications B? Commercial Items, with its offer. This provision is included in Attachment 2 of this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offerorB?s proposal.

xi.    FAR 52.212-4, Contract Terms and Conditions B? Commercial Items, does apply to this acquisition with no addenda to the clause.

xii.    FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders B? Commercial Items, applies to this acquisition.
The following clauses under subsection (b) apply:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
52.209-6, Protecting the GovernmentB?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2)and (3)).
52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.B?s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds TransferB?System for Award Management (Jul 2013) (31 U.S.C. 3332).
The following clauses under subsection (c) apply:
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
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).
52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

xiii.    Additional Terms and Conditions apply to this combined synopsis/solicitation and are included in Attachment II- Terms and Conditions.

xiv.    The Defense Priorities and Allocations System (DPAS) does not apply to this combined synopsis/solicitation.

xv.    The Service Contract Act does apply to this combined synopsis/solicitation. The wage determination is Attachment III.

xvi.    The Government contemplates award of a single Blanket Purchase Agreement (BPA) resulting from this combined synopsis solicitation. Proposal due date: Monday, April 2, 2018 at 1:00PM MT. Proposals shall be submitted electronically to the e-mail: jchamberlin@blm.gov. The proposal submitted shall be in any of the following formats: Microsoft WordB., ExcelB. or Adobe AcrobatB.. Proposals received shall be acknowledge within 24 hours by e-mail.
xvii.    The Offeror shall submit a technical proposal and price quote. The technical proposal shall provide a clear, complete and accurate description of the offerorB?s capability for meeting requirements identified
in the PWS and address the evaluation criteria. The proposal must be concise, prepared simply and
economically, while providing a straight-forward demonstration of the offerorsB? ability to perform
successfully under the prospective Blanket Purchase Agreement. The technical proposal shall not exceed ten (10) single side 8x11 pages. The font shall not be less than 11 points. The price quote shall not exceed three (3) single sided 8x11 pages and shall include the description of the test kits, accessories and the prices proposed for each of the five years of the BPA. Please include any relevant information regarding the prices proposed.

xviii.    Only the Contracting Officer, Judy Chamberlin, jchamberlin@blm.gov may be contacted regarding this solicitation. Communication concerning this solicitation with any other Government personnel, including contractor support personnel, is prohibited.

xix.    ALL Questions regarding this request for proposal shall be submitted in writing only. Written questions shall be submitted by e-mail to the Contracting Officer, jchamberlin@blm.gov. Questions shall be accepted until five (5) calendar days prior to the offer due date. All questions and answers received five (5) calendar days prior to the due date shall be posted as amendments to this solicitation.

The Government reserves the right to cancel this combined synopsis/solicitation at any time.

Chamberlin, Judith

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP