Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

H -- Environmental Health and Safety Expert Consultant - Package #1

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-12-R-00023
 
Archive Date
4/20/2012
 
Point of Contact
Donald Nusbaum, Phone: 202-447-0163, Patrick J Kennedy, Phone: 202-447-5478
 
E-Mail Address
donald.nusbaum@hq.dhs.gov, patrick.kennedy@dhs.gov
(donald.nusbaum@hq.dhs.gov, patrick.kennedy@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation HSHQDC-12-R-00023 The Department of Homeland Security (DHS), Office for Civil Rights and Civil Liberties (CRCL), requires a Environmental Health Consultant expert related to sanitary issues of immigration detainees. Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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 intends to award a Time and Material contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-12-R-00023. This requirement is issued as a Request for Proposal (RFP). (iii) This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. (iv) This solicitation is a set aside for small business. The associated North American Industry Classification System (NAICS) code is 541620, and the Small Business size standard is $7 million. (v) The Contract Line Item Numbers, Items, Quantities, and Unites of Measure are: See Attachment A (Schedule of CLINS and Statement of Work). The anticipated date for contract award on or about April 26, 2012. (vi) The Contractor shall provide Environmental Health and Safety Expert Consultant Services in accordance with Attachment A, Statement of Work. (vii) Date of delivery and acceptance: Within 5 business days of contract award for a term of five years with a base year performance period and four additional one year perofrmance periods. Place of delivery and acceptance: The primary place of performance shall be the Contractor's office or place of residence. The Contractor shall also perform work on site at places to be determined by CRCL. (viii) The provision at 52.212-1, Instructions to Offerors (FEB 2012) - Commerical, applies to this acquisition. The following adendum has been attached to this provision: Quoters' must address each of the technical requirements outlined in section "vi". Quoters' submissions must include the following informaiton: Dun & Bradstreet Number (DUNS); North American Industrial Clasification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Quoters must submit the name and contract informaiton of at least two relevant past performance references. Each Quoter shall submit Pricing as a separate document that may include the format shown in section (v). Questions concerning this document must be recieved via email to the Contract Specialist and the Contracting Officer. All requests for additional information or explanations concerning this document must be received no later than Wednesday March 28th at 10:00 a.m. Eastern Standard Time(EST). Answers will be provided to all prospective Quoters, giving due regard to the proper protection of proprietary information. In order to receive responses to questions, Quoters must cite the section, paragraph, number, and page number. OPO recommends that Quoters ensure that questions are written to enable a clear understanding as to the Quoters issues or concerns with the referenced paragraph. Statements expressing opinions, sentiments or conjecture are not considered valid inquiries or comments for this purpose and will not receieve a response from OPO. Further, Quoters are reminded that OPO will not address hypothetical questions aimed toward receiving a potential "evaluation decision." Contract Specialist, Donald Nusbaum, donald.nusbaum@hq.dhs.gov Contracting Officer, Patrick J. Kennedy, patrick.kennedy@hq.dhs.gov (ix) the provision at 52.212-2, Evaluation (JAN 1999) - Commercial Items, applies to this acquisition. The following factors shall be used to evalute offers: Technical Capability, Past Performance and Price. Technial Capability and Past Performance, when combined, are significantly more important than price. Proposals will be evaluated based on their adherence to the requirements set forth in Attachment A - Statement of Work. Note: For evaluation purposes a resume shall be submitted with the Offeror Proposal. (x) Far 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2012). The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-R-00023/listing.html)
 
Place of Performance
Address: Please see Attachment A, United States
 
Record
SN02703307-W 20120324/120322235110-9d5801c4f1c78654547868fb27003062 (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.