Skip to main content

An official website of the United States government

You have 2 new alerts

International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 Accreditation Renewal Assessment - Chemical Testing

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 (Original)
  • Original Published Date: Sep 18, 2024 07:29 am EDT
  • Original Date Offers Due: Sep 25, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R420 - SUPPORT- PROFESSIONAL: CERTIFICATIONS AND ACCREDITATIONS (OTHER THAN EDUC OR INFO TECH C&A)
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Gunpowder , MD 21010
    USA

Description

COMBINED SYNOPSIS/SOLICITATION

W91ZLK-24-R-0025

This combined synopsis/solicitation is for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued.  Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 (29 AUG 2024).  The solicitation number for this request for proposal (RFP) is W91ZLK-24-R-0025.

This requirement is under the associated North American Industry Classification System (NAICS) Code 541990 – All Other Professional, Scientific, and Technical Services. The Government contemplates award of a Purchase Order on a firm-fixed price (FFP) basis as a Full and Open Competition in accordance with FAR 13, Simplified Acquisition Procedures. The period of performance One (1) Base year and Three (3) One (1) Year Options.  This procurement will be evaluated as Lowest Price Technically Acceptable, for the procurement of the following services.

The U.S. Army Combat Capabilities Development Command (DEVCOM) Chemical Biological Center (CBC) Engineering Directorate Protection and Decontamination Test Branch (PDTB) requires accreditation assessment services utilizing International Standards Organization (ISO)/ International Electrotechnical Commission (IEC) 17025:2017 in the field of Chemical Testing, Certificate # 0298.01 See Attachment 2 – Performance Work Statement for additional information.

Award will be made to the Offeror whose response to the Combined Synopsis/Solicitation represents the best value to the Government.  Proposals will be evaluated in accordance with the Lowest Price Technically Acceptable (LPTA) Source Selection process described in FAR 15.101-2.

All questions must be submitted via email to terrijuana.p.veals.civ@army.mil and carbon copy jennifer.b.langrehr.civ@army.mil by Friday, September 20, 2024 at 10am Eastern Time.  SUBJECT LINE:  W91ZLK-24-R-0025 Q&A for Combined Synopsis/Solicitation FROM (INSERT COMPANY NAME).

Firm Fixed Price (FFP) proposals must be signed, dated, and received by Friday, September 25, 2024, at 10am Eastern Time.  SUBJECT LINE:  W91ZLK-24-R-0025 Proposal FROM (INSERT COMPANY NAME).  All additional questions will be answered via an amendment to the Combined Synopsis/Solicitation on www.SAM.gov.

The Contractor, as an independent party and not an agent of the Government, shall conduct on-site and off-site assessments for the renewal of current laboratory accreditation to International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 in the field of Chemical Testing, Certificate # 0298.01.

SUBMISSION PROCEDURES FOR PROPOSAL:

52.212-1 Instruction to Offerors Commercial Items

This clause applies in its entirety and there are currently no addenda to the provision.

NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS.

All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database at the time of proposal will not be considered.  Offerors may register with SAM by calling 1-866-606-8220 or online at www.SAM.gov.

Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions; therefore, proposals shall represent the best and final offer of the Contractor.

  1. Proposals shall be submitted in two (2) separate volumes labeled:

    1. Volume I:  International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 W91ZLK-24-R-0025 TECHNICAL Proposal
    2. Volume II:  International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 W91ZLK-24-R-0025 PRICE Proposal

  1. Formatting.
    1. Single space Text
    2. Double Space Paragraphs
    3. 12-point minimum font size.
    4. Arial or New Times Roman fonts only.  Table/illustrations 8-point min and landscape is acceptable.
    5. Margins:  All Margins 1 inch.
    6. Gutter:  0 inches
    7. Header and Footer 1.5 inches
    8. Page Size:  Width 8.5 inches and Height 11 inches (11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11X17 page counts as two pages)
    9. Page Limitations:  Volume I Technical – 5 pages limit and Volume II Price – unlimited pages.
    10. Plain Text Proposals(, i.e., no identifying graphics, logo, watermarks, etc.)

NOTE:  Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government.

Restrictions:  All information shall be confined to the appropriate volume.  The Offeror shall confine submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal.  Proprietary information shall be clearly marked. The following shall be included in the volumes:

  1. Volume I:  Detail Technical Proposal shall be evaluated based on the following factors:

a.     Factor 1 - Technical Approach:  The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS).  To be rated as acceptable, offerors must provide documentation that demonstrates the offeror’s approach for meeting all of the requirements specified in the PWS.

b.    Factor 2 - Experience:  Contractor shall demonstrate the ability to conduct an on-site and off-site assessments for the renewal of current laboratory accreditation to International Standards Organization (ISO) / International Electrotechnical Commission (IEC) 17025:2017 in the field of Chemical Testing, Certificate # 0298.01, according to the PWS.  Recent experience includes ISO 17025:2017 Chemical Testing accreditation services performed within five (5) years (i.e. previous Government contracts).

BASIS FOR AWARD:

The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced.  To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience.  Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques.  Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.

Volume II: Detailed Price Proposal to include the following elements:

    1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include:  Name, title, email address, and telephone number including extension.

    1. INCLUDE Price List (An excel attachment will be provided to submit as a part of Volume II):

LIST OF ATTACHMENTS:

PROVISIONS/CLAUSES:  See Attachment 1 – Provisions/Clauses

PERFORMANCE WORK STATEMENT:  See Attachment 2 – Performance Work Statement

QUALITY ASSURANCE SURVEILLANCE PLAN (QASP):  See Attachment 3 – Quality Assurance Surveillance Plan

PRICE LIST:  See Attachment 4 – Price List (Use for Volume II – Detailed Price Proposal)

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005
  • USA

Primary Point of Contact

Secondary Point of Contact

History