News

Water Sampling and Analysis at Robins AFB

Type of document: Contract Notice
Country: United States

Water Sampling and Analysis at Robins AFB

Agency:
Department of the Air Force

Official Address:
215 Page Rd Robins AFB GA 31098-1611

Zip Code:
31098-1611

Contact:
William R. Odom, Contracting Officer, Phone 478-926-6363, Email William.Odom.2@us.af.mil

Link:

Date Posted:
25/01/2018

Classification:
R

Contract Description:

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation. Proposals are being requested, and a separate written solicitation will not be issued. This solicitation is issued as a Request for Proposal number FA8501-18-R-AH01. This number is for tracking purposes only.

THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED.

This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 541380. The Small Business Administration (SBA) size standard is $15M. This IS a Total Small Business Set-A-Side.

This combined/synopsis solicitation is related to a requirement for drinking water analysis at Robins Air Force Base. 1 Base Year with 4 Option Years to include 6 Month Extension of Service Clause.

CLIN Structure

Base Year Ordering Period тАУ DATE OF AWARD OF BASIC CONTRACT THROUGH TWELVE(12) MONTHS
0001 Drinking Water Lab Analysis
0002 Data CLIN
        Safety Plan
        Mishap/Accident Report
        Drinking Water Sampling Analysis Report

Option Year One Period of Performance тАУ EFFECTIVE DATE OF ONE YEAR AFTER AWARD OF BASIC CONTRACT FOR A PERIOD OF TWELVE (12) MONTHS
1001 Drinking Water Lab Analysis
1002 Data CLIN
        Mishap/Accident Report
        Drinking Water Sampling Analysis Report

Option Year Two Period of Performance тАУ EFFECTIVE DATE TWO YEARS AFTER AWARD OF BASIC CONTRACT FOR A PERIOD OF TWELVE (12) MONTHS
2001 Drinking Water Lab Analysis
2002 Data CLIN
        Mishap/Accident Report
        Drinking Water Sampling Analysis Report

Option Year Three Period of Performance тАУ EFFECTIVE DATE THREE YEARS AFTER AWARD OF BASIC CONTRACT FOR A PERIOD OF TWELVE (12) MONTHS
3001 Drinking Water Lab Analysis
3002 Data CLIN
        Mishap/Accident Report
        Drinking Water Sampling Analysis Report

Option Year Four Period of Performance тАУ EFFECTIVE DATE FOUR YEARS AFTER AWARD OF BASIC CONTRACT FOR A PERIOD OF TWELVE (12) MONTHS
4001 Drinking Water Lab Analysis
4002 Data CLIN
        Mishap/Accident Report
        Drinking Water Sampling Analysis Report

5001 6-Month Option to Extend Services

NOTE: The USAF/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item.

The USAF/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.

This is a mission essential contract and the contractor shall provide qualified personnel and material (as listed in Performance Work Statement (PWS), Section 1, Description of Services), to provide all personnel, equipment and materials for laboratory and related services to comply with the requirements of the National Primary Drinking Water Regulations (40 CFR 141) and related regulations in the Georgia Rules for Safe Drinking Water. This shall be down IAW the PWS dated 3 March 2016.

As previously stated, the contractor shall provide all personnel, equipment and materials for laboratory and related services to comply with the requirements of the National Primary Drinking Water Regulations (40 CFR 141) and related regulations in the Georgia Rules for Safe Drinking Water. The contractor shall conduct physical, chemical, and or biological laboratory analyses of drinking water and provide the results of each analysis to the 78th Medical Group (MDG) at Robins Air Force Base (AFB), Georgia.

The Contractor shall be certified by the Georgia Department of Health Human Services (GA DHHS) and shall be in compliance with all other GA DNR and U.S. Environment and Natural Resources (GA DNR) and shall be in compliance with all other GA DNR and U.S. Environmental Protection Agency (EPA) mandated Quality Assurance /Quality Control (QA/QC) programs requirements to keep and maintain its certification.
All work and services shall be performed by a laboratory, which is certified to perform bacteriological and chemical analysis by the State of Georgia. The Contractor shall furnish a copy of its certificate to the Government prior to contract award and upon any recertification. Any Loss of state or federal certification shall be reviewed by the Contracting Officer.

(Note: If any testing is subcontracted to another lab, it is the primary contractorтАЩs responsibility to provide the certificates of the subcontracted lab to the government).
The contractor shall provide all laboratory analyses required by the Georgia Rules for Safe Drinking Water (Sections 391-3-5.10, .18, .21, .22, .23, .24, .25, .26, .27, .30, .53, .54, and .55).

Sampling Containers. The contractor shall provide the Robins AFB Bioenvironmental Engineering office all sampling containers and media, shipping labels, and sampling instructions no later than the first business day of each month for sample collection in order to meet sampling schedules within the subsequent month.
Total Sampling. The contractor shall provide the necessary amount of sampling containers and supplies for Robins AFB compliance to the National Primary Drinking Water Regulations. The contractor shall ensure that they are capable of supplying the following estimated number of sample containers with the necessary supplies:

Total Coliform Sampling: 25-50 samples per month
VOC Sampling: 10-15 samples per 3 years
IOC Sampling: 10-15 samples per 3 years
Nitrates/Nitrites: 10-15 samples per year (annually)
Lead and Copper Sampling: 30-60 samples per 3 years
Stage 2 Disinfection Byproduct Sampling: 2-5 samples per year (annually)
Radionuclides: 3 Samples every three years
UCMR4: up to 30 samples per year

Reports. The contractor shall provide written reports for each analysis AND make available the results of the analysis of EACH sample to the 78 MDG, see PWS para 1.11 for delivery address and instruction. Each report shall have the acceptable limits for each analysis, the actual results of each analysis, comments with any abnormalities detected, corrective actions necessary for detected abnormalities, contact information for the POC of the analysis, and the time and date of when the was sample received, sampled, and the results obtained. (A003, Drinking Water Sampling Analysis Report, DI-MGMT-51582/T)

Technical Assistance. The Contractor shall provide technical assistance to included providing materials for increased sampling requirements regarding corrosion control treatment under the Lead/Copper Rule, while the cost of engineering, design, equipment and chemicals for corrosion control are the responsibility of the Government.

Limited Vulnerability Assessments. The Contractor shall provide limited Vulnerability Assessments for organic and inorganic chemical monitoring requirements listed under Sections 391-3-5.21, .22, and .26 of the Georgia Rules for Safe Drinking Water. In the case of a contingency response, the contractor shall have additional sampling containers and media ready for use.

Data Submission. The Contractor shall submit coliform and chemical analytical data to the EPDs Safe Drinking Water Information System (SDWIS)/State data system for Georgia Rules for Safe Drinking Water compliance including Total Coliform Rule and Revised Total Coliform Rule compliance.

Quality Assurance. The Contractor shall ensure laboratory procedures utilized are approved, Environmental Protection Agency (EPA) Standard Methods. The contractor shall follow EPA-established quality control guidelines for laboratory analysis. An annual report stating certification is compliant with Georgia EPD standards shall be given for audit and record purposes.

The Contractor shall comply with all applicable 1) Federal, state, and local environmental statutes, regulations, and rules (including all changes and amendments), 2) presidential executive orders in effect at the Notice to Proceed and 3) directive publications and AFMC supplemental instructions. All work will be accomplished in accordance with all applicable regulations.

The following items shall be performed by Robins AFB.
Read the sampling instructions provided by the contractor and follow those instructions when collecting samples.
Collect samples required by the Georgia Rules for Safe Drinking Water Sections 391-3-5.10, .18, .21, .22, .23, .24, .25, .26, .27, .30, .53, .54, and .55 in containers provided by the contractor.
Ship the samples within the time frame specified by the sampling instructions to the contracted laboratory.

In the event of contingency operations at Robins AFB the contractor shall provide materials and services in support of increased sampling requirements to include: water main line breaks; positive results to coliform and/or E. Coli samples; increased sampling and monitoring during heighted Force Protection Conditions (FPCON); and chemical contamination. In addition, the contractor shall provide Robins AFB with 10 additional coliform sample bottles and will resupply upon request after expiration or usage.

PLEASE NOTE: Interested OfferorтАЩs are to provide Firm Fixed Price proposals in accordance with the previously posted PWS by Thursday, 1 February 2018 at 1:00 pm EST. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Requested delivery date is 30 days ARO or earlier.

******Email quotes are acceptable and should be sent to POC Russ Odom at email William.odom.2@us.af.mil.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
The following clauses are applicable to subject solicitation:
FAR 52.204-7 System for Award Management (Contractor must be registered prior to receiving any award
()
FAR 52.212-1 Instructions to Offerors
FAR 52.212-2 Evaluation-Commercial Items
FAR 52.212-3 Offeror Representations and Certifications тАУ Commercial Items
FAR 52.212-4 Contract Terms and Conditions тАУ Commercial Items
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders тАУ Commercial Items
FAR 52.247-34 FOB Destination
FAR 52.232-33 Payment by Electronic Funds Transfer тАУ Central Contractor Register
FAR 52.217-8 Option to Extend Services
DFARS 252.211-7003 Item Identification and Valuation (Appl if unit price exceeds $5K.)
DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.)
In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors.
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov.
DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law тАУ Fiscal Year 2015 Appropriations (attached in Full Text)
IAW DFARS 252.209-7992, quote must include certification to Paragraphs (b)(1) and (2) as shown below:
(b) The Offeror represents that-
(1) It is [ ] OR is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] OR is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
252.237-7023 Continuation of Essential Contractor Services
252.237-7024 Notice of Continuation of Essential Contractor Services

Place of Contract Performance:
Robins AFB, GA 31098
United States

 

 

Response Date:
020218

Sol Number:
FA8501-18-R-0004

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy