Florida Bids > Bid Detail

H146--FY23: Legionella Sampling Water Testing

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159714402625690
Posted Date: Nov 17, 2022
Due Date: Nov 22, 2022
Solicitation No: 36C24823Q0181
Source: https://sam.gov/opp/e9b6f6c7f5...
Follow
H146--FY23: Legionella Sampling Water Testing
Active
Contract Opportunity
Notice ID
36C24823Q0181
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 17, 2022 08:05 am EST
  • Original Date Offers Due: Nov 22, 2022 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H146 - QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Malcom Randall VAMC Gainesville , FL 32608
    USA
Description
Combined Synopsis-Solicitation for Commercial Items
Effective Date: 02/01/2022
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for 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 document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.

This solicitation is set-aside for SDVOSB.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541380.

The FSC/PSC is H146.

The Network Contracting Office (NCO) 8 is seeking to procure services related to the testing of 900 water samples for Legionella.

All interested companies shall provide quotations for the following:

Supplies/Services

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Legionella Testing Malcom Randall VAMC- A minimum total of 412 samples.
103
QTR (4)
0002
Legionella Testing Lake City VAMC- A minimum total of 336 samples.
84
QTR (4)
0003
Drinking Water Testing- Malcom Randall VAMC- A total of 12 samples will be taken in a year.
3
QTR (4)
0004
Drinking Water Testing- Lake City VAMC- A total of 12 samples will be taken in a year.
3
QTR (4)

See attached statement of work for complete description of services needed.
The purchase order/contract period of performance is December 1, 2022 November 30, 2027.

FOB: Destination
Place of Performance/Place of Delivery
Address:
Malcom Randall VA Medical Center (Gainesville VAMC) 1601 SW Archer Road, Gainesville, FL
Postal Code:
32608
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021)
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) see attached Addendum
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2022)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Services (NOV 2021)
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 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 52.232-18, Availability of Funds (APR 1984)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) [all, check only those provisions and clauses that apply,
852.203-70, Commercial Advertising
852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020)
852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020)
852.232-72, Electronic Submission of Payment Requests
852.233-70, Protest Content/Alternative Dispute Resolution
852.270-1, Representatives of Contracting Officers.
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2022)

The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020)
52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
52.219-8, Utilization of Small Business Concerns (OCT 2022)
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022)
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022)
52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021)
52.222-3, Convict Labor (JUN 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEP 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.222-54, Employment Eligibility Verification (MAY 2022)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018)

All quoters shall submit the following:
Detailed quote with each line item priced out.
Quoters must complete and return attached form 852.219-77
Contractor will need to provide documentation of uses of a CDC Elite Lab.
All quotes shall be sent to the NCO 8, Jermaine.Wilson@va.gov.

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

The following are the decision factors: Technical/ Quality and Price

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

Responses should contain your best terms, conditions.

Instructions to Quoters, See Attachment

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

If no statement provided on the quotes, it will be accepted as acknowledgement of the terms and conditions of this solicitation.

Submission of your response shall be received not later than 11AM ET, November 22, 2022, at Jermaine.Wilson@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Jermaine Wilson, Contract Specialist; Jermaine.Wilson@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 17, 2022 08:05 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >