Inactive
Notice ID:W519TC-23-Q-0138
**SEE ATTACHED "W519TC-23-Q-0138 KO Signed" FOR FULL TERMS AND CONDITIONS and Contracting Officer's signature. US Army Contracting Command – Rock Island, Munitions and Industrial Base Division – CCRI-...
**SEE ATTACHED "W519TC-23-Q-0138 KO Signed" FOR FULL TERMS AND CONDITIONS and Contracting Officer's signature. US Army Contracting Command – Rock Island, Munitions and Industrial Base Division – CCRI-AIE 1. This combined synopsis/solicitation for commercial items is 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; quotes are being requested and a written solicitation will not be issued. 2. The U.S. Army Contracting Command – Rock Island (ACC-RI) hereby requests a quote for Arkansas Department of Environmental Quality (ADEQ) certified laboratory testing services in accordance with (IAW) Attachment 001 “SOW with Enclosures for Local Lab Testing” 3. Solicitation W519TC-23-Q-0138 is issued as a Request for Quote (RFQ), being awarded as a multiple award Blanket Purchase Agreement (BPA) to Arkansas Analytical and Eurofins Arkansas IAW FAR 13.303, FAR 13.106-1(b)(1) and the terms and conditions listed below under the heading “Contract Terms and Provisions”. This combined synopsis/solicitation is being released IAW FAR Part 12 and FAR Part 13. The Government Anticipates awarding a firm-fixed price contract, with a base year and Three, one-year option periods as follows: Base Period: Date of Award – 365 days after award Option Period One: 366 days after award – 731 days after award Option Period Two: 732 days after award – 1,097 days after award Option Period Three: 1098 days after award – 1,463 days after award 4. The following NAICS code and small business size standard apply: NAICS: 541380 Size Standard: $19,000,000.00. 5. Vendor shall provide a price list for all tests listed in Enclosure 1 of Attachment 001 “SOW with Enclosures for Local Lab Testing”. 6. Attachment 002 “DD1423 Contract Data Requirements” provides the reporting requirements for this contract. These reporting requirements are not separately priced. 7. FAR 52.212-1 Instructions to Offerors-Commercial Items, and any addenda to this provision, are applicable to this acquisition. 8. FAR 52.212-2 Evaluation – Commercial Items, and any addenda to this provision, are applicable to this acquisition. 9. Offerors shall submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. 10. FAR 52.212-4 Contract Terms and Conditions – Commercial Items, and any addenda to this clause, are applicable to this acquisition. 11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any of the FAR Clauses marked, in the full text FAR 52.212-5 included below, are applicable to this acquisition 12. This acquisition is not rated in the Defense Priorities and Allocations System. 13. All questions shall be submitted by 1:00pm, Central time on 06 June 2023. The USG is not obligated to answer questions submitted after this time. All reasonable questions submitted by the date listed above will be answered via amendment to the solicitation. 14. The Place of Performance is the vendor’s laboratory within 50 miles of Pine Bluff Arsenal. 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03, published 22 February 2023. 16. Quotes shall be submitted electronically via email by 1:00 pm, Central Time on 21 June 2023 via email. The point of contact for this action is Larry Owens, email: Larry.W.Owens4.civ@army.mil and John Fotos, email: john.g.fotos.civ@army.mil. Sincerely, John Fotos, Contracting Officer Encl: Attachment 001 “SOW with Enclosures for Local Lab Testing” Attachment 002 “DD 1423 Contract Data Requirements”