Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2011 FBO #3611
SOLICITATION NOTICE

Q -- Laboratory Samples Proficiency Analytical Testing

Notice Date
10/12/2011
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912T0005
 
Response Due
10/28/2011
 
Archive Date
11/12/2011
 
Point of Contact
Caitlin Dunlow (757) 443-1324
 
E-Mail Address
caitlin.dunlow@navy.mil
(caitlin.dunlow@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA, 23511-3392 intends to negotiate a sole-source Firm-Fixed-Price contract with American Industrial Hygiene Association for Proficiency Analytical Testing (PAT) programs in support of 22 Navy asbestos laboratories. This requirement is sole-source to American Industrial Hygiene Association as they are the only authorized testing laboratory that can fulfill the requirements detailed in the Performance Work Statement. Per OPNAVINST 5100.23G, Change 1 of 21 July 2011, in paragraph 0305.d(6)(e)4, requires that activities with a local asbestos laboratory shall enroll it in the proficiency analytical testing (PAT) program operated by the AIHA . The required laboratory specifications are detailed in the Performance Work Statement included in the solicitation. The period of performance shall be for (1) nine-month base year with provisions for (4) 12 month option years along with FAR 52.217-8 Option to Extend Services. POP is anticipated to begin 01 January 2012. The contract will utilize procedures under FAR Part 13.5, Test Programs for Certain Commercial Items (Clinger-Cohen). A complete RFQ package will be available by downloading the documents at the NECO Website as follows: http://www.neco.navy.mil or at http://www.fedbizopps.gov on or around 17 October 2011. The North American Industry Classification System (NAICS) code for this acquisition is 541380 and size standard is $12 million. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above sites; this office will no longer issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please direct all questions regarding this requirement to Caitlin Dunlow, who can be reached at caitlin.dunlow@navy.mil or (757) 443-1324.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912T0005/listing.html)
 
Record
SN02605884-W 20111014/111012234256-f0a7a99c604218a40bf18781d14acdd9 (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.