Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SPECIAL NOTICE

Q -- CIVILIAN EMPLOYEE URINALYSIS COLLECTION

Notice Date
5/7/2004
 
Notice Type
Special Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT WASHINGTON, 1014 N Street SE, Suite 400 Washington Navy Yard, Washington, DC, DC, 20374-5014
 
ZIP Code
20374-5014
 
Solicitation Number
N00600-04-R-00400003
 
Response Due
6/7/2004
 
Archive Date
6/22/2004
 
Point of Contact
Henry Alford, Contract Specialist, Phone 433-4264, Fax 202-433-5414, - Henry Alford, Contract Specialist, Phone 433-4264, Fax 202-433-5414,
 
E-Mail Address
Henry_A_Alford@fmso.navy.mil, Henry_A_Alford@fmso.navy.mil
 
Description
The purpose of this modification is to extend the closing date of solicitation N00600-04-R-0040. The due date for proposals under Solicitation N00600-04-R-0040 is hereby extended to June 7, 2004. This is a full and open competitive solicitation. Those interested offerors who submit a proposal will be considered for the award. Proposals must be received no later than 2:00 PM Eastern Standard Time on Monday, June 7, 2004 at the Fleet and Industrial Supply Center, Norfolk Detachment Philadelphia Washington Office, 1014 N Street, SE Suite 400, Washington Navy Yard, DC 20374-5014 Attn: Henry Alford. The solicitation and amendment has been reposted are available on NECO?s website site www.neco.navy.mil DESC: On the behalf of the NAVAL Office of CIVILIAN HUMAN RESOURCES (OCHR) the Fleet and Industrial Supply Office will be soliciting a requirement for urine specimens collection in support of the Navy Drug-Free Workplace (DFWP) program. The contractor will be required to collect urine specimens at designated sites worldwide. The anticipated contract is expected to commence in July 1, 2004 for one base year and four one year option periods. The Government is anticipating a "best-value" source selection leading to award of a firm-fixed price indefinite quantity, indefinite delivery contract. The procurement will be procured utilizing FAR Part 15. The basis for award will be the best value to Government, price and other factors will be used in determining which offeror receives the award. The North American Industry Classification System (NAICS) code for this requirement is 541380 Testing Laboratories. The contractor will be required to perform six types of tests: random, applicant, voluntary, reasonable suspicion, post accident or unsafe practice, and follow-up. The contractor will provide all labor, materials, and equipment necessary for the collection and transportation of the specimens from the collection point to the designated testing laboratory. Procedures for sample collection will be in strict compliance with the "Scientific and Technical Guidelines for Drug Testing Programs" issued by the Department of Health and Human Services (HHS). There are approximately 600 collection sites worldwide. The contract will provide the following approximate numbers of collections for each year random/voluntary/ follow-up -15,000, applicant - 2,200, post-accident/reasonable suspicion ? 50. This procurement will be conducted under full and open competition. Proposals will be evaluated and selection made based on "best value" criteria. Approximate contract award date will be June 15, 2004. The Request for Proposal package will be issued on or about March 11, 2004 with proposals due within 30 calendar days. Please fax your request for a copy of the Request for Proposal the attention of Mr. Henry Alford (202) 433-9586. This acquisition is unrestricted. All responsible sources may submit a proposal which will be considered by the Government. Please include complete mailing address, street address (if different from mailing address), phone number, fax number, DUN?s, Cage Code number and designated point of contact for receipt of correspondence. Fax requests are acceptable, but no telephone requests will be honored. Note: all vendors and prospective department of defense contractors must be registered in the DoD Central Contractor Registration (CCR) database to receive awards after may 31, 1998. Registration may be done on-line at http://ccr.edi.disa.mil. after, the Request for Proposal is issued, it will be made available on the following website: http://www.neco.navy.mil . Mandatory information for Electronic Funds Transfer Payment. Please send any comments to the Fleet and Industrial Supply Center Norfolk Detachment, Washington, Washington Navy Yard, Bldg. 200-4th Floor, Washington, DC 20374 Attn: Code 02W3.6 Comments may also be sent by fax to 202-433-9586
 
Place of Performance
Address: WASHINGTON DC
Zip Code: 20374-5054
Country: us
 
Record
SN00582094-W 20040509/040507212433 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.