Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
SOLICITATION NOTICE

Q -- DRUG TESTING SERVICES

Notice Date
1/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM157606R0005
 
Point of Contact
Patrick Malaney, Contracting Officer, Phone 301-227-7602, Fax 301-227-5759, - Cynthia Green, Contract Specialist, Phone 301-227-7173, Fax 301-227-5459,
 
E-Mail Address
patrick.m.malaney@nga.mil, Cynthia.L.Green@nga.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The National Geospatial-Intelligence Agency (NGA) intends to issue a Request for Proposal (RFP) solicitation to acquire drug testing services for employees of NGA. All contractor personnel shall have a Top Secret Clearance/Sensitive Compartmented Information (SCI) Access. The anticipated contract will be firm-fixed price and will include a base year plus four (4) one-year option periods. The period of performance will be from date of contract award (estimated to be February 2006) through February 2011, including options. This acquisition will be solicitated and awarded utilizing FAR subpart 12, Commercial Acquisitions, procedures. Drug test services provides NGA with the full range of services needed for drug testing of all applicants and random testing for all civilian NGA employees, both CONUS (to include a variety of different geographic sites) and OCONUS. 100% testing of all employees is required each year. This requirement is a 100 % small business set-aside. The applicable North American Industry Classification code is 621511, size standard is $11,500,000. Proposals received from other than small business concerns will not be accepted. The Government intends to award without discussion but reserves the right to hold discussions if deemed necessary in making the award decision. Offerors are highly encouraged to submit their best proposals, ensuring full compliance with solicitation requirements (e.g., required fill-ins, Reps & Certs, instructions to offerors, etc). Award will be made to the technically acceptable offeror determined the most advantageous to the government considering past performance, price and price-related factors. Techniques utilizing past performance information and price will be evaluated; therefore, award may be made to other than the lowest priced offeror. Solicitation HM1576-06-R-0005 is scheduled for release on or about 18 January 2006, with a closing date of 10 February 2006. No telephone, fax, email or mailed requests for the RFP will be honored. The solicitation (and any amendments) will be available for downloading on the Federal Technical Data Solution (FedTeDS), website at https://www.fedteds.gov for all interested parties. It is the responsibility of each offeror to review web pages at Federal Business Opportunities (FBO), (http://www.fbo.gov) and FedTeDS (https://www.fedteds.gov) for notice of amendments, updates or changes to current information. Any prospective offeror must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Federal Acquisition Regulation (FAR) now requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. The Government reserves the right to cancel this solicitation, whether before or after RFP closing, with no obligations. Proposal preparation cost will be borne by offerors submitting proposals in response to the solicitation. Solicitation will include Statement of Work (SOW). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 30-JAN-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/NIMA/PCWD-6/HM157606R0005/listing.html)
 
Place of Performance
Address: Washington DC metropolitan area and St. Louis MO area locations, although support may be extended to NGA organizations globally.
 
Record
SN00976422-F 20060201/060130213616 (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  © 1994-2020, Loren Data Corp.