Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2008 FBO #2283
MODIFICATION

R -- Industrial Hygiene Laboratory and Consulting Services

Notice Date
2/24/2008
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Defense Logistics Agency, Acquisition Management, DLA HQ Enterprise Support, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220, UNITED STATES
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-08-T-0004
 
Response Due
2/25/2008
 
Archive Date
3/11/2008
 
Point of Contact
Constance House, Contract Specialist, Phone 703-767-1198, Fax 703-767-1198
 
E-Mail Address
constance.house@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. This solicitation (SP4705-08-T-0004) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23, effective December 26, 2007. This acquisition is a Total Small Business Set-Aside (Numbered Note 1 applies). The applicable North American Industry Classification Standard Code is 541620 and the small business size standard is 500 employees. The award will be in accordance with FAR 6.1. The solicitation will result in a labor hour contract with a base year and two (2) option years. Please submit all questions in writing to the Point of Contact by February 19, 2008. All future information about this acquisition, including solicitation amendments , will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Defense Logistics Agency (DLA) DES-EHO HQ Safety and Health Operations intends to issue a solicitation for Environmental Safety and Occupational Health Services to the Defense Logistics Agency (DLA) McNamara Headquarters (HQ) Complex Fort Belvoir, VA, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6220 and three (3) off-site locations Alexandria, VA, Bailey Crossroad, VA (Fall Church, VA) and Arlington, VA. The DES-EHO Safety Operations Office mission is to provide a safe and healthy work environment for the McNamara HQ Complex employees. This is achieved by surveying the workplace for Occupational Safety and Health Hazards and taking corrective action. The contractor shall be able to provide services which include inspections, consultation, monitoring, sample collection and sample analysis at the HQ Complex and the three (3) off-site locations. The contractor shall provide Four (4) In-house Certified Industrial Hygienists (CIHs) - Toxicologist, Microbiologist, Asbestos Inspector/Management Planner, and Industrial Hygienist. In-house laboratory chemistry and microbiology laboratories shall be located within 50 miles of the DLA McNamara Headquarters Complex available 24 hours a day 7 days a week. The contractor shall provide all deliverables in accordance with (IAW) the Statement of Work (SOW). Only bids for items that are equal to the specifications referred to the SOW will be accepted. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.215-5, Facsimile Proposals (Oct 1997). All offerors wishing to submit a proposal subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside (Numbered Note 1 applies). Offers are due no later than February 25, 2008, 3:00 pm Eastern Standard Time. Offers received after this date and time will not be considered for award. The postal mailing address is: DCSO-H, Attention: Constance House, 8725 John J. Kingman Road, Fort Belvoir, VA 22060, phone number 703-767-1168. Offers may also be faxed to (703) 767-1130 or emailed to constance.house@dla.mil. PLEASE REVIEW THE FOLLOWING QUESTION AND ANSWER PRIOR TO SUBMITTING YOUR PROPOSAL FEBRURARY 25, 2008, 3:00 p.m. EASTERN STANDARD TIME. QUESTION: We are putting together our final draft of our proposal for the Monday deadline. I just wanted to confirm the submission format. From what I have gathered there is no real format. You want the price breakdown, 52.212-3 form returned, and I believe a technical write-up (although not mentioned in the submission section). Is there any other information required for submittal? ANSWER: The offeror must submit the items listed on Page 29 Section B. SUBMISSIONS: 1. the pricing pages: 3 through 10, the Government needs the labor hour rates (hourly rate each line item no.) for a base year 12 month period and two option years 12 month period. 2. Complete and submit 52.212-3 Offeror Representations and Certifications-Commercial Items 3. Breakdown of price list/fee schedule for the types of analysis/laboratory test 4. Section F. Past Experience Performance, the offeror shall provide the names, addresses and phone numbers of three companies/agencies where worked was performed in the past five years. The technical write-up shall be in accordance with the Statement of Work, Pages 26-28. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-08-T-0004/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road Fort Belvoir, VA
Zip Code: 22060
Country: UNITED STATES
 
Record
SN01515711-F 20080226/080224224438 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.