Skip to main content

An official website of the United States government

You have 2 new alerts

Amendment - 0002 - Water Testing BPA - Locations Shipping Addresses on PWS

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: Jun 11, 2024 12:09 pm PDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 05, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Portland , OR 97204
    USA

Description

COMBINED SYNOPSIS/SOLICITATION W9127N24Q0098

Amendment 0002 - Shipping addresses for locations on PWS

Willamette Valley Project (WVP) & Rogue River Basin (RRB) Project Water Testing Blanket Purchase Agreement

U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP)

11 June 2024

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation W9127N24Q0098 is a Request for Quotes under FAR Part 13 for the establishment of a firm fixed price blanket purchase agreement (BPA) with multiple vendors, for contractors who can provide non-personal services in field sampling, or Mailing and Chain of Custody Supplies for Government collection, and laboratory analysis of water quality samples.  This is a new requirement and there is no incumbent. The purpose of this service is to satisfy Oregon Revised Statutes 448.131 that authorizes Oregon State Drinking Water Services to adopt administrative rules to ensure safe drinking water and safe freshwater contact recreation at designated swim beaches within Willamette Valley Project. The WVP has a total of 5 drinking water systems that can provide drinking water for either employees and/or visitors that fall under Oregon State drinking water rules and 2 designated swimming areas. Drinking water systems are a mix of Non-Transient Non-Community and Transient Non-Community that operate both annually and seasonally.  Because USACE provides this drinking water, we are required to perform certain water quality analysis of these systems to ensure that water meets drinking water standards set forth in ORS 448.131 and 340-041-0009.  RRB has 1 drinking water system that can provide drinking water for either employees and/or visitors that fall under Oregon State drinking water rules. Traditionally, USACE has collected the samples of water and either delivered by hand or mail to testing facilities.  Moving forward, USACE is searching for contractors who are trained, certified, and able to perform the sample collection, when called on by the Contracting Officer’s Representative, then perform the testing and provide the reported results to the USACE COR. Or if contractor is unable to perform the testing, then contractor would supply the Government with sampling instructions, containers, container labels, chain of custody forms, packaging instructions, all materials necessary for the safe and method appropriate handling, collection, preservation of water sample, supply sample containers suitable for the sample matrix and analytical method, and supply shipping labels for the testing materials to be shipped to the lab via one-day ground.

Additionally, WVP & RRB must satisfy ODEQ request to provide supplemental data for a pending permit issuance.  In 2015, USACE submitted a National Pollutant Discharge Elimination System (NPDES) permit renewal application to the ODEQ. Upon review of the permit renewal application, ODEQ determined that supplemental data is necessary to proceed with issuing a permit. The analysis may be conducted for the following locations, Detroit Dam, Big Cliff Dam, Foster Dam, Green Peter Dam, Cougar Dam, Dexter Dam, Hills Creek Dam, Lookout Point Dam, and Lost Creek Dam.  With regard to the NPDES testing requirements, the Government is looking for similar capabilities from the contractor of either the ability to perform the sample collection, testing and provide the reported results, or if unable to perform the testing, provide all materials necessary for the safe and method appropriate handling, collection, preservation of water sample to be shipped to the lab via one-day ground. These services are in support of US Army Corps of Engineers (CE), Portland District (NWP) Operations Division (OD), Willamette Valley, and Rogue River Project (CENWP-ODVR).

The solicitation document’s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.

This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 541380, Environmental testing laboratories or services, with a Small Business Size Standard of under $19 Million. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award.

The Government requests pricing, see Attachment 2 - BPA Tests, Quantities, and Price List R-1, for CLINs, testing description, quantities and for contractor to enter pricing.  Also reference Attachment 3 – PWS – R2 (Page 2, Paragraph 1.2: Testing Sites Table), Attachment 4 – BPA Terms and Conditions, Attachment 5 – Water Testing Call Order Form Sample, Attachment 6 – BPA Call Order Tracking Sheet Sample.

DESCRIPTION: The Government has a requirement for Multiple Award Blanket Purchase Agreement (BPA) for non-personal services in field sampling, or Mailing and Chain of Custody Supplies for Government collection, and laboratory analysis of water quality samples. Services will be made via a Call utilizing the pricing in this Agreement.  The Period of Performance will be five years from the date of award.  These services are in support of US Army Corps of Engineers (CE), Portland District (NWP) Operations Division (OD), Willamette Valley, and Rogue River Project (CENWP-ODVR).

52.212-1     INSTRUCTIONS TO OFFERORS–COMMERCIAL ITEMS (MAR 2023) – ADDENDUM

Proposals shall include the following:

  1. Name / Date:                                                                                                                          

  1. Address / Telephone No.:                                                                                                       

  1. Cage Code (or UEI, both from SAM):                                                                                 

  1. All questions should be submitted via email to Raymie L. Briddell, Contract Specialist, at Raymie.L.Briddell@usace.army.mil and Darrell D. Hutchens, Contracting Officer, at Darrell.D.Hutchens@usace.army.mil no later than 05 JUNE 2024, at 2:00 PM PST. The submitted questions and Government’s official answers will be compiled and provided to all offerors.

  1. Quote – Provide pricing, design drawings, and O&M literature in accordance with the foregoing CLINs. Provide a technical description of the supplies being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets.

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.

Submissions: Quotes are due no later than 20 JUNE 2024, at 2:00 PM PST. Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. If you have any questions or concerns, you may contact Raymie Briddell by email at Raymie.L.Briddell@usace.ary.mil.

Quotes must be emailed to: Raymie.L.Briddell@usace.army.mil & Darrell.D.Hutchens@usace.army.mil.

Upon award of agreement and completion of Call made by designated USACE call officer (see Attachment 3 – BPA Terms Conditions, the Contractor may invoice USACE for work performed at the conclusion of a test, after the test results have been provided with a report or means described in each Call. Invoices shall be submitted based upon the information contained in the Call and upon the dollar value of the Call.

For a Call less than $2,500, provide an electronic invoice to the Call Officer, the COR, and Point of Contact listed on the Call Order Form. Payment will be made via a Government Purchase Card (credit card). The Call Officer and COR, with be the GPC holder making the payment.

For a Call over $2,500, processing will be provided via the USACE Finance Center.

USACE FINANCE CENTER

5722 INTEGRITY DRIVE

MILLINGTON, TN 38054-5005

Invoices shall be submitted to the following: USACE Finance Center at:

CEFC-G2INVOICES@USACE.ARMY.MIL

Electronic copy also sent to:

Call Officer, the COR, and Point of Contact listed on Call Order Form (see Attachment 4 – Water Testing Call Order Form Sample).

(End of provision)

52.212-2 EVALUATION – COMMERICAL ITEMS (NOV 2021)

    1. The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable 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:

Technical Acceptance Price

Technical Acceptance

The Government will evaluate the extent to which the quote demonstrates technical capability relative to the requirements in Attachment 2 - PWS. 

Price

Submit a price quote along with any required representations and certifications. Provide pricing for the CLINs identified in Attachment 1 - BPA Tests, Quantities, and Price List.

    1. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror(s) 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.

(End of Provision)

Attachments

  1. Attachment 1 - CLAUSES
  2. Attachment 2 – BPA Tests, Quantities and Pricing
  3. Attachment 3 – Performance Work Statement (PWS) WVP & RRB Water Testing BPA – R2 (See page 2, Paragraph 1.2: Testing Sites Table)
  4. Attachment 4 – BPA Terms and Conditions
  5. Attachment 5 – Water Testing Call Order Form Sample
  6. Attachment 6 – BPA Call Order Tracking Sheet Sample
  7. Attachment 7 – Wage Determinations:
    • Attachment 7A: WD # 2015-5569 Lane, OR
    • Attachment 7B: WD # 2015-5571 Jackson, OR
    • Attachment 7C: WD # 2015-5573 Marion, OR
    • Attachment 7D: WD # 2015-5587 Linn, OR

Contact Information

Primary Point of Contact

Secondary Point of Contact

History