Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

B -- Hazardous Material Testing - Attachment 2 - Attachment 1

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-Q-0024
 
Archive Date
4/20/2010
 
Point of Contact
deborah foster, Phone: 5405422687
 
E-Mail Address
deborah.foster@dhs.gov
(deborah.foster@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Price Schedule This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Quote (RFQ) #HSFEMW-10-Q-0024, is for the purchase of hazardous material testing services for the Federal Emergency Management Agency (FEMA) located at Mt. Weather, VA 20135-2006. The service encompasses typical types of testing (but not limited to those) identified on Attachment 1. The period of performance will be one year from date of award with three option years. The Mt. Weather Emergency Operations Center is a controlled-access installation. Contractor e mployees proposed to perform maintenance/require access must receive a favorable police records check. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-38, dated 02/01/2010. This procurement is a small business set-aside. The NAICS code is 541380. It is anticipated that only one award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government desires test sampling services with results provided within seven workdays; however, for asbestos air samples, results must be provided within a 24-hour response time. BASIS OF AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. The following criteria must be met in order to be technically acceptable: 1) offeror shall provide evidence that they are properly accredited for testing of samplings (to include asbestos). 2) offer shall demonstrate ability to provide test sample results within the government-required response times (seven workdays for all but asbestos air samples, which require no more than a 24-hour response time). Price Proposal : COST: Offeror shall propose firm-fixed pricing to provide services as outlined in this solicitation (pricing should be broken down by base and option years). Offerors shall provide the following price information as a part of their response: labor categories [of employees performing the work], testing cost broken down by Item No. as identified on Attachment 2 (i.e., asbestos, water, paint, and fuel), materials (testing bottles, shipping charges, if applicable, etc.). Price proposals will be evaluated for price realism and reasonableness. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov ; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFQ must be received no later than 11:00 AM/EDST, 04/05/2010 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 772 or sent electronically to deborah.foster@dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Foster at deborah.foster@dhs.gov or faxed to 540/542-2632. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-0024/listing.html)
 
Record
SN02097560-W 20100321/100319234943-f7f476cd3cc030d1929f6fbf49952ed7 (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.