Industrial Air Quality Testing Services

expired opportunity(Expired)
From: Federal Government(Federal)
HQ042321R0014

Basic Details

started - 03 Feb, 2021 (about 3 years ago)

Start Date

03 Feb, 2021 (about 3 years ago)
due - 08 Feb, 2021 (about 3 years ago)

Due Date

08 Feb, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
HQ042321R0014

Identifier

HQ042321R0014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698267)DEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS) (381)DEFENSE FINANCE AND ACCOUNTING SVC (373)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (9)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INDUSTRIAL HYGIENE AIR QUALITY TESTING DFAS-CL REQUEST FOR QUOTES (RFQ) NO: HQ0423-21-R-0014This is a combined synopsis/solicitation (RFQ) for the purchase of obtaining air quality testing services for Defense Finance and Account Service – Cleveland, OH (DFAS-CL) 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; quotations are being requested and a written solicitation will not be issued.  Under FAR Part 13.3 the Government intends to award a single Firm Fixed Priced (FFP) contract for a base and four (4) option years. This will be a total small business set- aside. NAICS code for this announcement is 541620 with small business size standard $16.5 million.SOLICITATION CLOSING DATE: All quotes must be received by 11 am (Eastern), Monday February 8, 2021. Preferred delivery method for submission of your quote is via email:
href="mailto:anthony.m.svab2.civ@mail.mil">anthony.m.svab2.civ@mail.mil. Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following:Unit price per each visit per each location for sampling to be performed in accordance with the separately attached performance work statement (PWS) for the base year and each option year period.Vendor Contact Name, Phone Number and Email AddressCompany Cage Code and DUNS NumberTax Identification NumberBusiness Size: Small/Large/Other:                              Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information.List of Attachments: Schedule of Items, Performance Work Statement, Full Text, and Sample per Site Visit Spreadsheet.**Please see the attached Schedule of Items Table. Please utilize this schedule when submitting your quote. Failure to use the attached schedule will result in your quote NOT being considered for award. ****Please complete the provisions FAR 52.204-24 and 52.204-26 fill-in sheet that is found on Page 1 & 2 on the document entitled “FULL TEXT.” Failure to return a complete version of these provisions will result in your quote NOT being considered for award.**IMPORTANT REMINDER: Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/.Description of Requirement: The Contractor shall supply all labor, material, expertise, and laboratory analysis necessary to conduct the Visual Inspection, Initial Air Quality Evaluation, Microbial Air Sampling, Airborne Ambient Dust, Airborne Fibers Sampling, Lead Dust Sampling, Decibel Testing, Water/Soil Sampling and other services as specified in the Performance Work Statement (PWS) (attached separately).Place of Performance, inspection and acceptance:AJC Federal Building, 1240 E. Ninth Street, Cleveland, OH 44199DFAS-Bratenahl (DCMA Building 10), 555 Access Road, Bratenahl, OH 44108Period of Performance: One year from date of award (Anticipated 01 March 2021 – 28 February 2022) with four (4) – One (1) Year Option Periods.Conformance to PWS: You must provide the services in accordance with the Performance Work Statement. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.BASIS FOR AWARD: The Government will award a contract resulting from this announcement to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. DFAS reserves the right to issue an order to a vendor for reasons other than the lowest price. To permit a thorough and effective evaluation, the quote should be as concise, complete and clear as possible so as to permit the Government to make evaluation of the quote without further information being required from the quoter. Inclusion of any important consideration not covered by this request is encouraged. The Government reserves the right to make a determination whether a quote is acceptable or unacceptable solely on the basis of the information submitted and proceed without requesting additional information. Therefore, each response should be submitted in the most favorable terms satisfying the RFQ requirement.The following factors shall be used to evaluate quotes: past performance and price.The following should be addressed in your quote:Factor 1 – Past PerformanceThe provided information should be for relevant past performance within the last three (3) years and clearly demonstrate the contractor’s ability to provide the air quality testing services set out in the Performance Work Statement (PWS). Quoters shall furnish at least three (3) references, but no more than five (5), regarding the quoter’s past performance which shall include current point of contact information.  The information submitted should reflect an experience in similar type of scope and complexity to the solicited work.  For contracts that are currently being performed, the vendor must have performed at least six months of service for the contract to be considered.   Furnish the following information for each contract referenced:  (1)  Company/Division name  (2)  Description of Service  (3)  Contracting Agency/Customer  (4)  Contract Number  (5)  Contract Dollar Value  (6)  Period of Performance  (7)  Verified, up-to-date name, address, email and phone number of the contracting officer/POC  (8)  Comments regarding compliance with contract terms and conditions  (9)  Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions.(10) Explanation why the project is relevant to the solicited work.Preference will be given to quoters who have provided similar services at a DFAS Government installation or familiarity with Government finance and accounting operations.  Nondisclosure of applicable past performance information, which may reflect poorly upon the Quoter’s capability, will be considered accordingly.Factor 2 – PriceThe provided information should clearly identify the unit price per visit per site for the base year and four (4) one-year option periods as described above.  A pricing and Contractor information spreadsheet has been included as a separate attachment titled Schedule of Items Table to assist with submission of pricing for your convenience.EVALUATION OF THESE FACTORSThe award shall be made to the responsible vendor whose quotation represents the best value to the Government, where non-price factors are more important than price factors.  The Government may reject any or all quotations if such action is in the public interest; accept a quotation other than the lowest priced quotation; and waive informalities and minor irregularities in quotations received.Order of Importance: Factor 1 – Past Performance is more important than Factor 2 – Price. However, the importance of price will increase if quotations are rated and considered essentially equal in terms of non-price factors.Option(s), inclusive of any potential extensions in accordance with FAR 52.217-8, will be evaluated at time of award. (Ref FAR 52.217-5) The Government will evaluate quotes 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).INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract. Reference DFAR Clause 252.232-7006.PROVISIONS AND CLAUSES:The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at https://www.acquisition.gov/.Provisions By Reference:FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)FAR 52.212-1 Instruction to Offerors – Commercial Items (DEVIATION 2018-O0018 (JUN 2020)FAR 52.212-3 Offeror Representation and Certifications – Commercial Items (NOV 2020)FAR 52.217-5 Evaluation of Options (JUL 1990)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7008 Compliance Safeguarding Covered Defense Information Controls (OCT 2016)DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011)DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Clauses By Reference:FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)FAR 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014FAR 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)FAR 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004FAR 523.253-1 Computer Generated Form (JAN 1991)DFARS 252.201-7000 Contracting Officer’s Representative (DEC 1991)DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (OCT 2016) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016)DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020)DFAR 252.232-7003 Electronic Submission of Payment Requests (DEC 2018)DFAR 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) DFAR 252.232-7010 Levies on Contract Payments (DEC 2006)DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) DFARS 252.243-7002 Requests for Equitable Adjustment (DEC 2012)DFARS 252.244-7000 Subcontracts for Commercial Items (OCT 2020) DFARS 252.247-7023 Transportation of Supplies by Sea – Basic (APR 2014)Provisions/Clauses by Full Text:FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)FAR 52.204-26 Covered Telecommunications Equipment or Services – Representation (OCT 2020)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders - Commercial Items (NOV 2020)FAR 52.217-8 Option to Extend Services (NOV 1999)FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)FAR 52.252-5 Authorized Deviations in Provisions (NOV 2020)QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this announcement must be submitted in writing to anthony.m.svab2.civ@mail.mil for clarification sufficiently in advance of the deadline of receipt of the quote to get an answer in time to meet that deadline. Telephone requests will not be honored. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. List any Acceptance Criteria:   All or none basisPLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.

Cleveland ,
 OH  44199  USALocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : Cleveland

You may also like

INDOOR AIR QUALITY TESTING

Due: 31 Aug, 2025 (in 17 months)Agency: DEPARTMENTAL OFFICES

Classification

naicsCode 541620Environmental Consulting Services
pscCode B502Air Quality Analyses