California Bids > Bid Detail

Water Purification Systems

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159366794644803
Posted Date: Aug 2, 2023
Due Date: Aug 11, 2023
Solicitation No: 75F401-23-Q-1237935
Source: https://sam.gov/opp/f0240b9815...
Follow
Water Purification Systems
Active
Contract Opportunity
Notice ID
75F401-23-Q-1237935
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
FOOD AND DRUG ADMINISTRATION
Office
FDA OFFICE OF ACQ GRANT SVCS
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 02, 2023 09:48 am EDT
  • Original Date Offers Due: Aug 11, 2023 11:59 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Alameda , CA 94502
    USA
Description

(i) Disclaimer: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.



(ii) This acquisition is issued as a Request for Quote (RFQ).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.



(iv) For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1000 employees. This action is being solicited as a small business set-aside.



(v) Line-Item Structure: The following is a list of line-item number(s) and items, quantities and units of measure, (including option(s), if applicable) and should be reflected in the Offeror’s quote/proposal:





0001: Water Purification System – Quantity: 2 each – Price:



0002: Installation and Qualification – Quantity: 2 each – Price:



0003: Familiarization Training – Quantity: 2 each – Price:



0004: Service Reports – Quantity: Varies – Price:





(vi) Specifications/Requirement: See Attached SOW document.





(vii) Delivery:



SANLHAF



Food and Drug Administration



1201 Harbor Bay Parkway



Alameda, CA 94502



SME will oversee delivery and provide documents to COR. The FOB point is Destination.





(viii) The provision at 52.212-1, Instructions to Offerors – Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision:



In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.





(ix) Evaluation Criteria - The specific evaluation criteria to be used are as follows:



Lowest Price Technically Acceptable (LPTA)





(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.



(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause- NONE



(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)



52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)



52.219-13 Notice of Set-Aside of Orders (Mar 2020)



52.219-28 Post Award Small Business Program Rerepresentation (Mar 2023)



52.222-3 Convict Labor (Jun 2003)



52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022)



52.222-21 Prohibition of Segregated Facilities (Apr 2015)



52.222-26 Equal Opportunity (Sep 2016)



52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020)



52.222-50 Combating Trafficking in Persons (Nov 2021)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)



52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)



(xiii) The following additional contract requirement(s) or terms and conditions apply:



52.204-7 System for Award Management (Oct 2018)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)



52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-22 Alternative Line Item Proposal (Jan 2017)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)



52.219-13 Notice of Set-Aside of Orders (Mar 2020)



352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 15)



352.239-73 Electronic and Information Technology Accessibility Notice (Dec 15)



352.239-74 Electronic and Information Technology Accessibility (Dec 15)



352-232-71 Electronic Submission of Payment Requests



FDA Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Jan 2022)



(a) All Invoice submissions for goods and or services must be made electronically through the U.S. Department of Treasury’s Invoice Processing Platform System (IPP). http://www.ipp.gov/vendors/index.htm



(b) Invoice Submission for Payment means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract, or the clause 52.212-4 Contract Terms and Conditions – Commercial Items included in commercial items contracts. The IPP website address is: https://www.ipp.gov.



(c) (1) The Agency will enroll the Contractors new to IPP. The Contractor must follow the IPP registration email instructions for enrollment to register the Collector Account for submitting invoice requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive Registration email from the Federal Reserve Bank of St. Louis (FRBSTL) within 3 – 5 business days of the contract award for new contracts or date of modification for existing contracts.



(2) Registration emails are sent via email from ipp.noreply@mail.eroc.twai.gov. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email to IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.



(3) The Contractor POC will receive two emails from IPP Customer Support, the first email contains the initial administrative IPP User ID. The second email, sent within 24 hours of receipt of the first email, contains a temporary password. You must log in with the temporary password within 30 days.



(4) If your company is already registered to use IPP, you will not be required to re-register.



(5) If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment as authorized by HHSAR 332.7002, a written request must be submitted to the Contracting Officer to explain the circumstances that require the authorization of alternate payment procedures.



(d) Invoices that include time and materials or labor hours Line Items must include supporting documentation to (1) substantiate the number of labor hours invoiced for each labor category, and (2) substantiate material costs incurred (when applicable).



(a) Invoices that include cost-reimbursement Line Items must be submitted in a format showing expenditures for that month, as well as contract cumulative amounts.



(1) At a minimum the following cost information shall be included, in addition to supporting documentation to substantiate costs incurred.



- Direct Labor - include all persons, listing the person's name, title, number of hours worked, hourly rate, the total cost per person and a total amount for this category.



- Indirect Costs (i.e., Fringe Benefits, Overhead, General and Administrative, Other Indirects)- show rate, base, and total amount.



- Consultants (if applicable) - include the name, number of days or hours worked, daily or hourly rate, and a total amount per consultant.



- Travel - include for each airplane or train trip taken the name of the traveler, date of travel, destination, the transportation costs including ground transportation shown separately and the per diem costs. Other travel costs shall also be listed.



- Subcontractors (if applicable) - include, for each subcontractor, the same data as required for the prime Contractor.



- Other Direct Costs - include a listing of all other direct charges to the contract, i.e., office supplies, telephone, duplication, postage; and



- Fee – amount as allowable in accordance with the Schedule and FAR 52.216-8 if applicable.



(b) Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes:



(1) list of all invoices submitted to date under the subject award, including the following:



- invoice number, amount, & date submitted



- corresponding payment amount & date received



- total amount of all payments received to date under the subject contract or order



- and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance.



(c) Payment of invoices will be made based upon acceptance by the Government of the entire task or the tangible product deliverable(s) invoiced. Payments shall be based on the Government certifying that satisfactory services were provided, and the Contractor has certified that labor charges are accurate.



(d) If the services are rejected for failure to conform to the technical requirements of the task order, or any other contractually legitimate reason, the Contractor shall not be paid, or shall be paid an amount negotiated by the CO.



(e) Payment to the Contractor will not be made for temporary work stoppage due to circumstances beyond the control of U.S. Food and Drug Administration such as acts of God, inclement weather, power outages, and results thereof, or temporary closings of facilities at which Contractor personnel are performing. This may, however, be justification for excusable delays.



(f) The Contractor agrees that the submission of an invoice to the Government for payment is a certification that the services for which the Government is being billed, have been delivered in accordance with the hours shown on the invoices, and the services are of the quality required for timely and successful completion of the effort.



(g) Questions regarding invoice payments that cannot be resolved by the IPP Helpdesk should be directed to the FDA Employee Resource and Information Center (ERIC) Helpdesk at 301-827-ERIC (3742) or toll-free 866-807-ERIC (3742); or, by email at ERIC@fda.hhs.gov. Refer to the Call-in menu options and follow the phone prompts to dial the option that corresponds to the service that's needed. All ERIC Service Now Tickets will either be responded to or resolved within 48 hours (2 business days) of being received. When emailing, please be sure to include the contract number, invoice number and date of invoice, as well as your name, phone number, and a detailed description of the issue.



SECTION 508 COMPLIANCE



HHS Section 508 and Accessibility Standards



Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities. Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities.



All products, platforms and services delivered as part of this work statement that are ICT, or contain ICT, must conform to the Revised 508 Standards, which are located at 36 C.F.R. § 1194.1 & Apps. A, B, C & D, and available at https://www.access-board.gov/ict/.



All requirements are applicable to support services and documentation deliverables. All functional performance criteria apply when using an alternative design or technology that achieves substantially equivalent or greater accessibility and usability by individuals with disabilities, than would be provided by conformance to one or more of the requirements in Chapters 4-6 of the Revised 508 Standards, or when Chapters 4-6 do not address one or more functions of ICT.



For each proposed product, platform, or service, a fully completed Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template (VPAT) (https://www.itic.org/policy/accessibility/vpat) must be submitted. Evaluation will be on an Acceptable/Unacceptable basis.



Prior to acceptance of deliverables, the offeror must demonstrate conformance to the HHS Section 508 requirements via HHS Section 508 checklist(s) (https://www.hhs.gov/web/section-508/accessibility-checklists/index.html). The government reserves the right to perform testing on required ICT items to validate the offeror’s Section 508 conformance claims. If the government determines that Section 508 conformance does not meet the HHS Section 508 requirements, the government shall, at its option, require the offeror to remediate the item, at no additional cost to the government, to align with the HHS Section 508 conformance requirements prior to acceptance.



References:



•Section 508 Standards: https://www.access-board.gov/ict/



•HHS Policy on Section 508 Compliance and Accessibility of Information and Communications Technology (ICT): https://www.hhs.gov/web/governance/digital-strategy/it-policy-archive/department-of-health-and-human-services-hhs-policy-on-section-508-and-accessibility-of-technology.html



•HHS Accessibility and Section 508 Compliance Checklists: https://www.hhs.gov/web/section-508/accessibility-checklists/index.html



(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.





(xv) Date, Time, and Place offers are due:



Quote is due electronically via email to Natalie.Brown@fda.hhs.gov for this solicitation no later than 11 August 2023, 11:59pm. Eastern Time. Late submissions may not be evaluated.



The subject line shall read: 75F401-23-Q-1237935 Water Purification Systems



(xvi) Name and Email of the Individual to contact for information regarding the solicitation: Natalie Brown, Natalie.Brown@fds.hhs.gov


Attachments/Links
Contact Information
Contracting Office Address
  • 4041 Powder Mill Road 4th Floor
  • Beltsville , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 02, 2023 09:48 am EDTCombined Synopsis/Solicitation (Original)

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 >