Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

R -- TIH Materials Accidental Study - Solicitation Document

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS02-10-Q-MLS365
 
Archive Date
7/21/2010
 
Point of Contact
Machelle Y Robinson, Phone: 571-227-3436, Venita Mathias, Phone: 571-227-1201
 
E-Mail Address
machelle.robinson@dhs.gov, Venita.Mathias@dhs.gov
(machelle.robinson@dhs.gov, Venita.Mathias@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
HSTS02-10-Q-MLS365 Solicitation Document 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement and the attached request for quotation (RFQ) constitutes the only solicitation. The solicitation number is HSTS02-10-Q-MLS365. The Transportation Security Administration has a requirement for a contractor to conduct a Toxic Inhalation Hazard materials accidental study. This study will require a two day seminar with members of the chemical and rail industry and the industry's response teams who were involved in the Graniteville, SC and Macdona, TX accidents; as well as survey visits to the accident sites by a TSA scientific team. See attached detailed statement of work for description of services to be performed. This is a small business set aside and the associated NAICS code is 541620 and small business size standard is $7M. The government intends to issue a firm- fixed contract. All interested parties must respond to this announcement within ten (10) calendar days of its publication. Only firms that can provide the exact services described herein will be considered. Selection will be best value to the government based on: 1. demonstrated quality of relevant experience and 2. price. All responses must be in writing and may be emailed to machelle.robinson@dhs.gov. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Aug 2009), 2. 52.204-7, Central Contractor Registration (Apr 2008) 3. 52.204-8, Annual Representations and Certifications (Feb 2009), 4. 52.212-5Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Item (Feb 2010). To be eligible for award, prospective offerors must be actively registered in the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GOV. Telephone communications are not acceptable in response to this notice. Quotes received after the specified date and time will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS02-10-Q-MLS365/listing.html)
 
Place of Performance
Address: Various Locations, refer to Solicitation documents, United States
 
Record
SN02185086-W 20100624/100622235908-df995643a6519c7d13e2fe931825a2eb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.