Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

Q -- Forensic Drug Testing Services - Package #1

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1013R0018
 
Archive Date
9/14/2013
 
Point of Contact
Lloyd A Burton, Phone: 817-868-8646, Robert W Sieferman, Phone: 317-614-4590
 
E-Mail Address
lloyd.burton@dhs.gov, robert.sieferman@dhs.gov
(lloyd.burton@dhs.gov, robert.sieferman@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Past Performance Questionnaire DHS Policy Directive 4300A Non-Disclosure Agreement Collection Sites RFP This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HSBP1013R0018 and is issued as Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) codes for this procurement are 621511 with a small business size standard of $30.00M, and 541380 with a small business size standard of $14.00M. This requirement is competitive and restricted to total small business and only qualified offerors may submit bids. The solicitation period will end on the RFP closing date of August 30, 2013 12:00:00 Eastern Time. The requirement is for Forensic Drug Testing Services as outlined in the attached documents. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted electronically via email by sending questions to lloyd.burton@dhs.gov. Questions will not be answered via telephone call. Questions must be submitted no later than close of business August 22, 2013. Any questions submitted after this time will not be answered. This is a "Lowest Price Technical Acceptable" solicitation as detailed in the attached RFP document. Submission of proposals shall be in accordance with the instructions in the attached RFP document. It is the intention of the government to issue a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract resulting from this RFP. The first task order against the IDIQ contract will be awarded at the time of contract award. In addition to the submission requirements in the RFP document, offeror is required to submit a technical and price proposal for the IDIQ RFP submission. Offerors must include all applicable costs (Example: Components, Shipping) in their proposal. The total quoted price for all components, inclusive of options, will be the evaluated price. A price analysis will be conducted using one or more of the techniques listed in FAR 15.404-1(b) to determine whether proposed prices are fair and reasonable. The Government may conduct a cost analysis if a price analysis cannot be performed due to lack of sufficient information. The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more order line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the government. Failure to comply with the submission requirements in the RFP document may result in the offeror's proposal as being determined non-responsive. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1013R0018/listing.html)
 
Record
SN03151359-W 20130817/130816000522-f2f77d6eb2b63b79cc98da6fed9f32e7 (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.