Base Sampling and Analysis NFARS

Agency: DEPT OF DEFENSE
State: New York
Type of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
  • F - Natural Resources and Conservation Services
Posted: Apr 19, 2024
Due: May 10, 2024
Solicitation No: FA667024Q0003
Publication URL: To access bid details, please log in.
Follow
Base Sampling and Analysis NFARS
Active
Contract Opportunity
Notice ID
FA667024Q0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA6670 914 AW LGC
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 04:18 pm EDT
  • Original Date Offers Due: May 10, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Niagara Falls , NY 14304
    USA
Description

Department of the Air Force



Niagara Falls ARS







Requirement Title: Niagara ARS Sampling and Analysis



Solicitation Number: FA667024Q0003



Solicitation Issue Date: 19Apr 2024



Response Deadline: 10 May 2024 no later than 1:00 PM EDT



Point(s) of Contact: Matthew Crum, Contracting Officer



James McCormick, Contract Specialist



Email Address: matthew.crum.9@us.af.mil; james.mccormick.21@us.af.mil





General Information





This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in 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. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Only firm fixed price offers will be evaluated.





1. This solicitation is being issued as a Request For Quotation (RFQ) in accordance with FAR subpart 12.6.





2. This solicitation document and incorporated provisions and clauses are those in effect through:



Federal Acquisition Circular 2024-03



Defense Federal Acquisition Regulation Change 03/26/2024



Department of the Air Force Federal Acquisition Circular 2023-0707





3. This acquisition is a 100% Small Business set aside. The North American Industry Size Classification System (NAICS) code associated with this requirement is 541620. The Small Business Size Standard associated with this NAICS is $19,000,000.





Requirement Information





The 914 MSG/CE has a requirement for Monitoring, Sampling and Analysis Services on Niagara Falls Air Reserve Station in accordance with the attached Performance Work Statement and associated documents:





Attachment 0: Combined Synopsis Solicitation RFQ (this document).



Attachment 1: S&A PWS – 12 Jan 24



Attachment 2: CDAP Example – CDAP D15P-NFAB MultiMedia CDAP 20210312 rev7



Attachment 3: Final NFARS SWPPP – May 2023



Attachment 4: MOSF Monitoring Well Map



Attachment 5: VOCs



Attachment 6: CP-51_ Table 2



Attachment 7: SVOCs



Attachment 8: Final_NFARS_MOSF_SAP_Rev 1_May 2023



Attachment 9: S&A Contractor Proposal Price List





Attachments are too large to provide via Email, please contact James McCormic at james.mccormic.21@us.af.mil for instructions to receive all Attachments via the DoD Safe fire sharing website.





Place of Delivery/Performance/Acceptance/FOB Point:





F.O.B. Destination; Deliver to Niagra Falls Air Reserve Station





Instructions to Offerors





To be considered responsive, offerors must submit the following via e-mail to james.mccormick.21@us.af.mil and matthew.crum.9@us.af.mil by the RFQ Deadline of 10 May 2024, 1:00 pm EDT:





1. Quote (Contractor’s Price Proposal)



2. Examples of Past Performance Demonstrating Technical Capability





Quote – Contractor’s quote should identify pricing for the Base Year and Each Option year separately and should match the line items identified in the attached S&A Contractor Price Proposal List. Contractors may use this spreadsheet to submit their pricing. If a contractor provides their own quote sheet, they should be sure it provides the same level of pricing detail.





Examples of Past Performance Demonstrating Technical Capability – Contractors must provide a minimum of 2, maximum of 4, examples of past performance of the tasks specified in this requirements PWS. Examples should be recent (within the last 5 years) and relevant (similar in nature to the tasks required under this PWS.) Examples should, when combined, represent successful completion of the majority of tasks required under this PWS. Examples should demonstrate monitoring, sampling and analysis aspects, and make it clear how these tasks were accomplished.





Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation, an offeror must be registered to receive Federal awards in SAM.gov and also have the NAICS code associated with this RFQ indicated on their SAM record.





This notice does not obligate the Government to award the contract; It does not restrict the



Government's ultimate approach; Nor does it obligate the Government to pay for any quote preparation



costs.





Vendors who wish to respond to this notice must send responses NLT 10 May 2024, 1:00pm EDT via email (subject: FA667024Q0003) to James McCormick at james.mccormick.21@us.af.mil and Matthew Crum at matthew.crum.9@us.af..mil. Quotations must meet all instructions put forth in this solicitation.



No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be



submitted in writing to the contracting office. For questions, please contact James McCormick at james.mccormick.21@us.af.mil or Matthew Crum at matthew.crum.9@us.af..mil





Evaluation Criteria





This is a competitive commercial acquisition. The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered. The following factors shall be used to evaluate offers:



Price



Technical Capability with Past Performance





Each category will be evaluated as follows:



Price



The Total Evaluated Price shall be the total price proposed by the contractor (Base Year plus all Option Years) combined with the pricing under Clause 52.217-8 Option to Extend Services. To calculate pricing under Clause 52.217-8 the total proposed price for Option Year 4 will be divided by 0.5 (one half). The total calculation is represented as follows:



Contractors Total Proposed Price + (Contractors Price for Option Year 4 x 0.5) = Total Evaluated Price





Technical Capability with Past Performance



Technical Capability with Past Performance shall be evaluated by reviewing the minimum of 2 examples provided by the contractor demonstrating performance of Sampling and Analysis similar in nature to that required under this Performance Work Statement. Contractor information must demonstrate that they are capable of performing Sampling and Analysis tasks required for this contract. Performance must be both recent and relevant. Contractor examples will be considered recent if it was performed in the last 5 years. It will be considered relevant if it demonstrates sampling and analysis activities similar in nature to those required under this PWS. Technical Capability with Past Performance will be evaluated as either Acceptable or Unacceptable as follows:



Acceptable – Contractor Technical Capability with Past Performance information is recent, relevant and adequately demonstrates they are capable of performing the requirements under this PWS.



Unacceptable – Contractor Technical Capability with Past Performance information is either not recent/relevant, or it does not adequately demonstrate they are capable of performing the requirements under this PWS.





Final award will be made to the contractor with the lowest Total Evaluated Price whose Technical Capability with Past Performance is Acceptable.



The government intends to award this contract without discussions, but it reserves the right to open discussions should it be in the Governments best interests.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 800 KIRKBRIDGE DR
  • NIAGARA FALLS , NY 14304-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 19, 2024 04:18 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 22, 2024[Combined Synopsis/Solicitation (Updated)] Base Sampling and Analysis NFARS
May 3, 2024[Combined Synopsis/Solicitation (Updated)] Base Sampling and Analysis NFARS
May 10, 2024[Combined Synopsis/Solicitation (Updated)] Base Sampling and Analysis NFARS
May 14, 2024[Combined Synopsis/Solicitation (Updated)] Base Sampling and Analysis NFARS
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow 7110--Adjustable Height Lift Table Active Contract Opportunity Notice ID 36C24224Q0615...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/17/2024

...: VOCs Attachment 6: CP-51_ Table 2 Attachment 7: SVOCs Attachment 8: Final_NFARS_MOSF_SAP_Rev ...

DEPT OF DEFENSE

Bid Due: 5/20/2024

...development regions (EDRs) of New York State (as defined in the table below) ...

The New York State Contract Reporter

Bid Due: 7/01/2024

...table. * Section 1.2.4 - Non-Road Port Cargo Handling Equipment Funding Added section ...

The New York State Contract Reporter

Bid Due: 12/31/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.