Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

H -- Solid & Hazardous Waste Mgmt - Statement of Work

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFP-10-04-AAO
 
Archive Date
12/26/2009
 
Point of Contact
DanielleChasing Hawk, Phone: 605-226-7574, John Bercier,
 
E-Mail Address
danielle.chasinghawk@ihs.gov,
(danielle.chasinghawk@ihs.gov, ontract)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, Request for Proposal RFP-10-04-AAO. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The awarded contract will be a firm fixed price requirements contract. This action is solicited as 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 541620 with a size standard of $7.0 million. All prospective bidders must actively be registered in the Central Contractor Registration. Offeror may register online at https://www.bpn.gov/CCR/scripts/index.html. Award will be based on low price and technical requirements. THE STATEMENT OF WORK/SPECIFICATIONS AND PERFORMANCE REQUIREMENT SUMMARY WILL BE ATTACHED TO THIS ANNOUNCEMENT. All RFP's shall be clearly marked with RFP-10-04, emailed to the Point of Contact (POC) below no later than December 11, 2009 at 5:00p.m. Central Standard Time (cst). The offeror must list at least three contracts/jobs and include the following information: (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/hourly wage; (5) Description of contract work/Job Duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number if applicable. Technical and past performance, when combined, are approximately equal to cost or price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerer's may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Ave SE, Aberdeen, SD 57401, no later than 5:00pm on December 11, 2009. Offers will be also accepted by email to Danielle.chasinghawk@ihs.gov or by fax at (605) 226-7669. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. It must contain a statement to the effect that it is firm for a period of at least sixty (60) days from the date of receipt by the Government. PERIOD OF PERFORMANCE: Date of award (tentatively January 1, 2010), through December 31, 2010 with four (4) one (1) year options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Financial Mgmt Branch, 115 4th Ave SE, Room 309, Aberdeen, SD 57401, and a copy to the project officer. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Services including the number of hours worked; and (6) Remit to address. The Aberdeen Area Indian Health Service, 115 4th Ave SE, Aberdeen, SD 57401, shall make payment. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.203-13, 52.203-15, 52.204-3, 52.204-6, 52.204-7, 52.204-8, 52.204-10, 52.204-11, 52.209-5, 52.209-6, 52.211-8, 52.211-9, 52.211-11, 52.212-1, 52.212-2, 52.212-4, 52.213-2, 52.213-3, 52.214-4, 52.214-5, 52.214-6, 52.214-7, 52.214-12, 52.214-13, 52.214-15, 52.214-16, 52.214-22, 52.214-24, 52.214-31, 52.214.34, 52.214-35, 52.215-1, 52.215-3, 52.215-5, 52.215-12, 52.215-13, 52.216-24, 52.216-25, 52.217-2, 52.217-3, 52.217-5, 52.217-7, 52.217-8, 52.217-9, 52.219-1, 52.219-6, 52.219-9, 52.219-14, 52.219-16, 52.219-19, 52.219-21, 52.223-3, 52.223-4, 52.223-5, 52.223-9, 52.223-10, 52.223-13, 52.223-14, 52.223-15, 52.223-17, 52.225-13, 52.226-6, 52.229-3, 52-230-6, 52.232-1, 52.232-8, 52.232-14, 52.232-16, 52.232-17, 52.232-18, 52.232-19, 52.232-25, 52.232-33, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.237-1, 52.243-1, 52.244-6, 52.245-1, 52.246-4, 52.246-25, 52.249-1, 52.249-2, 52.249-4, 52.249-8, 52-252-1, 52-252-2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-10-04-AAO/listing.html)
 
Place of Performance
Address: Various Locations throught EPA Region 8, which include the states of Colorado, Montana, North Dakota, South Dakota, Utah, & Wyoming., United States
 
Record
SN02010626-W 20091126/091124235315-04d595b14b0da36dbe795e46a864d840 (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.