The RFP Database
New business relationships start here

Water Sample Testing


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

Combined Synopsis/Solicitation
No. 140P8419Q0042
Water Sample Testing
Crater Lake National Park
Klamath County, Oregon


This is a combined synopsis/solicitation for water sample testing, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-02 as of May 6, 2019. Quotations are requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0042 and is issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small businesses. The North American Standard Industrial Classifications System Code is 541380 with an associated small business size standard of $15 million. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/.


DESCRIPTION: Contractor shall furnish all necessary equipment, labor, licenses, etc. to provide Water and Waste Water Lab Testing & Reporting services for Crater Lake National Park. The Contractor shall be Oregon State certified in water and waste water testing and shall have all necessary licenses and/or permits required to perform this work. The quantity and variety of samples to be analyzed will vary monthly and by cyclic requirements by the regulatory agencies. See the Quote Sheet for description and estimated quantities of tests.


The Contractor shall provide test results in the required format to the Oregon State governing agency and a hard copy to Crater Lake National Park within five business days. If test results are faxed or obtained by phone, a hard copy must follow. Contractor shall provide appropriate quantity and volume size containers for testing. Upon request, sample containers shall be mailed to Crater Lake National Park.


LOCATION: Water samples will be delivered to the Contractor. The samples will be tested at the Contractor's lab.


PERIOD OF PERFORMANCE: The base period will start at the time of contract award. Option years, if awarded, will begin the following year. The anticipated dates are:


Base Year: June 3, 2019 - June 2, 2020
Option Year One: June 3, 2020 - June 2, 2021
Option Year Two: June 3, 2021 - June 2, 2022
Option Year Three: June 3, 2022 - June 2, 2023
Option Year Four: June 3, 2023 - June 2, 2024


PAYMENT: The vendor shall submit monthly invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.


TERMS AND CONDITIONS: The following FAR provisions and clauses apply:


52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.212-1, Instructions to Offerors -- Commercial Items;
52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full)
52.212-4, Contract Terms and Conditions -- Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management)
52.222-41, Service Contract Labor Standards (See Wage Determination 15-5582 (Rev.-9) at http://www.wdol.gov/sca.aspx
52.222-42, Statement of Equivalent Rates for Federal Hires
Employee Class Monetary Wage-Fringe Benefits
GS-1320-09 Chemist, $23.85, $1.55
52.222-55, Minimum Wages Under Executive Order 13658
52.222-62, Paid Sick Leave Under Executive Order 13706 E.O. 13706
52.217-5, Evaluation of Options
52.217-9, Option to Extend the Term of the Contract
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop-Work Order
52.242-17, Government Delay of Work


Full text versions of all FAR references and clauses are available at http://farsite.hill.af.mil/vmfara.htm


Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.


INSTRUCTIONS TO OFFERORS: There are two attachment to the solicitation: Attachment 1 - Quote Sheet and Attachment 2 - Experience and Past Performance Form


Quotations are due May 24, 2019, 4:00 PM, PST to the attention of: Jack Northcutt, Contracting Officer, National Park Service. Quotations must include the following information:
1. Company name and DUNS number, Contact name, phone number and e-mail
2. Pricing - Use Attachment 1 - Quote Sheet
3. Experience & Past Performance Questionnaire - Use Attachment 2

Quotations must be sent to e-mail address: jack_northcutt@nps.gov on or before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact Contract Specialist for confirmation).


DO NOT send quotations to or contact the default contracting office address in Denver, Colorado.

The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov


OFFER EVALUATION(S):
52.212-2, Evaluation -- Commercial Items (Oct 2014)
(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:
(i) technical capability of the contractor - describe services performed within the last three years, include examples of water tests for total coliform, nitrate and nitrite. Use the Experience & Past Performance Questionnaire or another format. Accreditation by Oregon Environmental Laboratory Accreditation Program (ORELAP) is required.
(ii) past performance - quality, efficiency, effectiveness and timeliness including satisfaction of work as evidenced in the submittal of Attachment 2, Experience & Past Performance Questionnaire
(iii) price (use Quote Sheet, Attachment 1)
(iv) In addition to evaluation factors i - iii, the Contracting Officer will evaluate certain foreseeable costs incurred by the government for NPS field staff to drive round trip from Crater Lake National Park to contractor's place of performance to deliver water samples. For the purpose of evaluation only, incremental costs will be added to the offeror's overall quoted price. If the distance between the location of contract performance and Crater Lake National Park is greater than 65 geographical road miles (in accordance with mapquest.com) the additional mileage will be evaluated.


All non-cost factors will be evaluated on a pass/fail basis. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price.


(b) Options. In accordance with FAR 17.206(b), the Government will evaluate offers for award purposes by adding the total price for options 2 - 5 to the price for the basic requirement (Line 1). Evaluation of options will 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.


Jack Northcutt, Contracting Officer, Phone (541) 883-6884, Email jack_northcutt@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP