Industrial Hygiene Laboratory Survey Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Sep 22, 2022 12:56 pm EDT
- Original Published Date: Sep 15, 2022 07:56 pm EDT
- Updated Date Offers Due: Sep 23, 2022 02:00 pm EDT
- Original Date Offers Due: Sep 21, 2022 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 08, 2022
- Original Inactive Date: Oct 06, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R428 - SUPPORT- PROFESSIONAL: INDUSTRIAL HYGIENICS
- NAICS Code:
- 812990 - All Other Personal Services
- Place of Performance: Camp Murray , WA 98430USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation number/FY22-00 1179463 is hereby issued as a Request for Quote (RFQ). The
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, Dated 10 August 2022 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20220826. It is the vendor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is UNRESTRICTED under North American Industry Classification Standards (NAICS) code 812990.
This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all requirements of the RFQ and is judged to represent the Best Value to the Government. A best value to the government under FAR Part 13 allows the contracting officer broad discretion to evaluate offers based on price and non-priced factors. Non-priced factors that may be considered include past performance, technical capability/experience (method of work & delivery), schedule, and vendor’s capacity to perform.
ln no event shall any understanding or agreement between the Vendor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the vendor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The vendor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the vendor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.
Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.
Responses must be submitted in writing no later than 23 September 2022 at 2:00 P.M. (Pacific Time) to dennis.k.jutras.civ@army.mil. All questions regarding this RFQ must be submitted by email no later than 24 hours prior to RFQ closing time.
*ALL QUESTIONS MUST BE IN WRITING (EMAIL)*
Description of Requirement
CLIN 0001: Provide Industrial Hygiene Laboratory Services for the WA ARNG in accordance with the Performance Work Statement (See attached PWS for details)
Period of Performance: 29 September 2022 – 31 Jan 2023
CLIN Total $_______________
QTY: 1 (ea.) Unit of Issue: Job
CLIN 0001: Provide Industrial Hygiene Laboratory Services for the WA ARNG in accordance with the Performance Work Statement (See attached PWS for details)
Period of Performance: 1 February 2023 – 31 Jan 2024
CLIN Total $_______________
QTY: 1 (ea.) Unit of Issue: Job
CLIN 0001: Provide Industrial Hygiene Laboratory Services for the WA ARNG in accordance with the Performance Work Statement (See attached PWS for details)
Period of Performance: 1 February 2024 – 31 Jan 2025
CLIN Total $_______________
QTY: 1 (ea.) Unit of Issue: Job
TOTAL OF ALL CLINs: $_______________
Extended Description
Please see Performance Work Statement (PWS) for full details of this Industrial Hygiene Lab Services requirement, to include locations, quantities, and delivery schedule. Vendor’s quote must be firm fixed price for all CLINs, inclusive of all materials, labor requirements, travel & administrative costs, etc. Service Contract Act Wage Determination #2015-5539 v21 applies.
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.
FAR 52.204-7, System for Award Management Registration
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Maintenance
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items “all or none” is the evaluation criteria. This is a best value decision.
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
FAR 52.217-5, Evaluation of Options
FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference – SEE http://acquisition.gov
DFARS 252.201-7000, Contracting Officer’s Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials
DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III
Submission of Invoices
In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR WAARNG DO NOT DELETE BLDG 32 QUARTERMASTER RD CP MURRAY
- TACOMA , WA 98430-5170
- USA
Primary Point of Contact
- Dennis Jutras
- dennis.k.jutras.civ@army.mil
- Phone Number 5095322874
Secondary Point of Contact
History
- Oct 12, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 22, 2022 12:56 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 15, 2022 07:56 pm EDTCombined Synopsis/Solicitation (Original)