Pennsylvania Bids > Bid Detail

H146--Water System Testing and Maintenance | Drinking Water Testing FY23-24

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159529564211757
Posted Date: Jul 26, 2023
Due Date: Aug 1, 2023
Solicitation No: 36C24423Q1038
Source: https://sam.gov/opp/b7c15b333e...
Follow
H146--Water System Testing and Maintenance | Drinking Water Testing FY23-24
Active
Contract Opportunity
Notice ID
36C24423Q1038
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 26, 2023 08:04 am EDT
  • Original Published Date: Jul 24, 2023 09:56 am EDT
  • Updated Date Offers Due: Aug 01, 2023 11:00 am EDT
  • Original Date Offers Due: Jul 24, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 23, 2023
  • Original Inactive Date: Aug 23, 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:
    Department of Veterans Affairs Coatesville VAMC Coatesville , PA 19320
    USA
Description View Changes

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type Combined Solicitation/Synopsis Solicitation Number 36C24423Q1038 Posted Date 7/24/2023 Original Response Date 8/1/2023 @ 11:00 am Eastern Time Product or Service Code H146 Set Aside SDVOSB Set-Aside NAICS Code 541380 Contracting Office Address 1010 Delafield Road, Pittsburgh, PA 15215 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24423Q1038. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 2, 2023, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a SDVOSB Set-Aside. The NAICS Code is 541380 Testing Laboratories and Services, and the Product Service Code (PSC) is H146 Quality Control - Water Purification and Sewage Treatment Equipment and the business size standard is $16.5 million. The Pittsburgh, PA Contracting Office is seeking to establish Drinking Water Testing services for the Coatesville VAMC. The Statement of Work (SOW) is incorporated with the solicitation document provided in Attachment 1. PA Code 25 (Sampling PADEP 2023) applies to this acquisition and is provide in Attachment 2. Directive 1061-1-D 2021-02-16 applies to this acquisition and is provide in Attachment 3. Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract. The Wage Determination is included with this solicitation as Attachment 4. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in Attachment 1 Pages 45-48. All offerors are advised to pay careful attention to the quote submission instructions as there is very specific instructions as what is required to be provided. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. 1) Quotes shall be submitted through via email. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. Attachments shall include separated documents and titled similar to the below: a) Section I b) Section II c) Section III Any additional attachments, in addition to the above, will be identified below. The vendors are able to separate the Sections into additional parts (Section I - Part A, Section I Part B, etc.) if they find their attachments are too large. 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may automatically be considered non-responsive and not evaluated. B. Section I Administrative/Regulatory Page limit: None. Please be advised that this Section is not sent for technical evaluation. 1) Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. If exception to 52.222-41 applies in accordance with 52.204-8(c)(2)(v) or 52.212-3(k)(1) or 52.204-8(c)(2)(vi) or 52.212-3(k)(2) response shall include the certification as to which exception is applicable and why. 2) Vendors are advised that the requirements of 13 CFR § 125.6 are applicable to this solicitation and shall respond accordingly. The vendor shall include a breakdown regarding what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and SAM/DUNS. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. 3) Completed Certificate of Compliance for Services and Construction 852.219-77 shall be submitted. Failure to complete, sign and submit this certification will automatically result in a non-responsive determination and no further consideration for award. 4) In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. C. Section II Technical Please Note this section is not sent for Technical Evaluation. Page limit: 5 pages including any coversheets and table of contents. Exclusions to the page count are noted below. 1) Vendors shall provide a narrative which fully demonstrates how the offeror intends to meet the requirements of the Statement of Work (SOW). The following should also be submitted/addressed: a) Detailed explanation as to how the laboratory meets the qualifications of SOW Section 2 (Scope). Certifications shall be submitted. (Certifications are not included in the page count and shall be included as a separate documented labeled Section II Certifications ) b) Detailed explanation of the contractor s qualifications SOW Section 6(B). c) Sample Testing Report (not included in the page count and shall be included as a separate document labeled Section II Testing Report Sample ) d) Sample Chain of Custody Document (not included in the page count and shall be included as a separate document labeled Section II Chain of Custody Sample ) e). A statement certifying that all employees and laboratories used will, maintain a PA Class A-D water operator certification throughout the life of the contract. D. Section III Price. Please note, this section is not sent to the technical evaluators. Failure to follow these instructors may result in a non-responsive determination. Vendors shall include: 1) Completed (Pricing Sheet). a) Please only input unit prices and verify calculations on pricing schedule. b) It is not permissible for offerors to use offeror created CLINs or SUBCLINs. II. 52.212-2 - Evaluation of Quotations Offers IAW FAR 13.106-2 The Government intends to award a Five-Year IDIQ contract based on LPTA in response to this solicitation. (End of Addendum to 52.212-1) The period of performance (POP) is ESTIMATED to be 9/1/2023- 8/31/2028. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing via email to Lakeisiha.Davenport@va.gov. No questions will be answered after July 26, 2023 at 1:00pm EST. Any questions relating to previous (or current) award information shall be directed to the appropriate FOIA office. Point of Contact Lakeisiha Davenport Contracting Specialist Service 1 (Physical Plant Support Service) Department of Veterans Affairs/Service Area Office East/Network Contracting Office 4 1010 Delafield Road, Pittsburgh, PA 15215 Lakeisiha.Davenport@va.gov


Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >