Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
MODIFICATION

F -- Industrial Hygiene Survey

Notice Date
7/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-T-0420
 
Archive Date
8/27/2016
 
Point of Contact
Michael Withrow, Phone: 7323231682, Kevin P. Smith, Phone: 7323237789
 
E-Mail Address
michael.withrow@navy.mil, kevin.smith11@navy.mil
(michael.withrow@navy.mil, kevin.smith11@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: 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; quotations are being requested and a written solicitation will not be issued. The solicitation number N68335-15-T-0420 is listed as a request for quotation (RFQ) for the procurement of service for Industrial Hygiene Survey to be performed over 12 months in accordance with the attached Statement of Work. Vendors shall provide a fixed price for the following requirements: 1. Conduct quarterly personnel monitoring to evaluate exposure to heavy metals including the six (6) most common metals cadmium, lead, nickel, zinc, aluminum, and hexavalent chromium in the walk-in blast booth located in Building 200, hand blast cabinet in Building 200, and the welding process in Building 200 weld shop for one year. 2. Conduct a onetime surface swab sampling for heavy metals in designated areas thought out the facility, to include the office, change rooms (2), weld shop, blast cabinet, and work spaces (2). Evaluate the housekeeping program currently in place and ensure PPE protocols are appropriate to working environment. Recommend changes as necessary based on results. 3. Conduct quarterly surface swab sample for heavy metals in designated change rooms, lunchroom and office area. 4. All monitoring conducted should address, as applicable, the following areas as it pertains to exposure to airborne contaminants present in the work environment per the OSHA, ACGIH, and NIOSH standards. Recommended Exposure Limit (REL) Permissible Exposure Limit (PEL) Short Term Exposure Limit (STEL) Time Weighted Average Threshold Limit Value (TLV) 5. Conduct one time noise monitoring to evaluate exposure to noise levels at the blast booth and blast cabinets located in Building 200, as well as the welding process in Building 200 weld shop. Evaluate the noise monitoring program currently in place and ensure PPE protocols and appropriate working environment. Recommend changes as necessary based on results. The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 541620 with a small business size standard of 500 employees. Contract Line Item Number (CLIN) is as follows. CLIN 0001 - Description: Industrial Hygiene Survey Provide pricing for the total Industrial Hygiene Survey: $ Quotation must be valid for 30 calendar days after close of synopsis. Inspection/Acceptance: Destination. Shipping of deliverables must be free on board (FOB) destination CONUS (Continental U.S.). Shipping Address: FRC Support Equipment NAS Jacksonville, FL Bldg. 200 Albermarle Ave Jacksonville, FL 32212 Commercial Items Terms and Conditions are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the offeror must submit a completed copy of the listed representations and certifications with its proposal or indicate that these representations and certifications can be found on the System for Award Management(SAM); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-7, 52.204-4, 52.204-9, 52.204-10, 52.204-13, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-39, 52.233-3, 52.233-4, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Commercial Items Terms and Conditions- DFARs The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.204-7004 Alt I System For Award Management(52.204-7)(DEC 2012)-ALT A (FEB 2014); 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.211-7008 Use of Government-Assigned Serial Numbers; 252.225-7001, Buy American Act & Balance of Payments (DEC 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.244-7000 Subcontracts for Commercial Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). Award Evaluation Criteria 52.212-2 Evaluation - Commercial Items applies. Award SHALL be made to the lowest priced, technically acceptable offeror. All vendors must be registered in the System for Award Management (SAM) Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with SAM as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information available in Clause 252.232-7003. Additional information required: Cage Code, Duns Number, Tax ID Number, Payment Terms, Delivery schedule, Delivery charges if applicable, GSA contract number if applicable, Business size, and Email address. All responses will be made to Michael Withrow at email: michael.withrow@navy.mil. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Closing date is 12 August 2016 17:00 ET. It is important to note that this form requesting a quote shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the Government. Questions concerning the above shall be addressed to: Michael Withrow at (732) 323-1682, e-mail; michael.withrow@navy.mil or Kevin Smith at (732) 323-7789, emial; kevin.smith11@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-T-0420/listing.html)
 
Place of Performance
Address: FRC Support Equipment, NAS Jacksonville, FL, Bldg. 200 Albermarle Avenue, Jacksonville, Florida, 32212, United States
Zip Code: 32212
 
Record
SN04200083-W 20160730/160728235110-31923ebd278c9fe131f37a3fff47a02b (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.