Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

R -- DEA Chicago Lab IH Survey Project - Statement of Work

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
PSC33247
 
Archive Date
4/23/2010
 
Point of Contact
Cassandra Ellis, Phone: 3014434919
 
E-Mail Address
Cassandra.Ellis@psc.hhs.gov
(Cassandra.Ellis@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 solicitation number is PSC33247 and it is issued as request for proposal (RFP). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The corresponding NAICS code is 541620 and the small business size standard is $7 million. Description of the Service The Certified Industrial Hygienist shall be responsible for, but not limited to, the following: 1. air/wipe sampling of controlled substances and solvents; 2. ergonomic evaluation of workspaces (including material handling of evidence); 3. safety inspection of the lab; 4. review of written safety and health plans and procedures; 5. testing of general and local (i.e. fume hoods) ventilation systems; 6. testing of drug evidence vault ventilation systems; 7. evaluations of bulk drug evidence analysis. Period of Performance The period of performance is a based period of approximately 4 months. Base Period: May 1, 2010 through September 12, 2010 Place of Performance The place of performance for this contract is: DEA Laboratory Space 536 South Clark Street Chicago, IL 60605 The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to the exact Certified Industrial Hygienist Services listed above and is the lowest price. Interested firms may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent to award is not a request for competitive proposals. However, all proposals received by the closing date, April 22, 2010, will be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. Tammer Sciences & Engineering, Inc. 3744 Lawrence Drive Naperville, IL 60564 Interest offerors must submit capability statement and/or proposal NO LATER THAN 12:00 PM EASTERN TIME APRIL 22, 2010 VIA electronic copy to Cassandra.Ellis@psc.hhs.gov. Each response should include the following Business Information: a.DUNS; b.Company Name; c.Company Address; d.Current GSA Schedules appropriate to this Award, If applicable; e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g.Company Point of Contact, Phone and Email address. Please contact Cassandra Ellis, Contract Specialist, 301.443.4919, regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC33247/listing.html)
 
Place of Performance
Address: DEA Laboratory Space, 536 South Clark Street, Chicago, Illinois, 60605, United States
Zip Code: 60605
 
Record
SN02126056-W 20100421/100419235030-0a2961c25742f37d625ecb6ee632f425 (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.