Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

Q -- Services to provide and maintain proficiency testing assurance program for a maximum of twenty-six Asbestos testing laboratories and two Industrial Hygiene Analytical Laboratories

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0650
 
Response Due
9/23/2009
 
Archive Date
10/8/2009
 
Point of Contact
DAVID BROWN 757-443-1455 DAVID BROWN757-443-1455DAVID.B.BROWN@NAVY.MIL
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-09-T-0650. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 200090825. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 813920 and the Small Business Standard is $7.0. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon 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. The Fleet and Industrial Supply Center Norfolk intends to procure: Proficiency testing quality assurance program for a maximum twenty-six Asbestos Testing Laboratories and two Industrial Hygiene Analytical Laboratories from American Industrial Hygiene Association (AIHA), as required by the Chief of Naval Operations in OPNAVISNT 5100.23G and The Navy & Marine Corps Public Health Center (NMCPHC). Period of performance is 01 OCT 2009 to 30 SEP 2010 and includes four one year option periods. Delivery Location is Navy & Marine Corps Public Health Center. Responsibility and Inspection: See attached statement of work. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.222-3, Convict labor52.222-19, Child Labor-Cooperation with Authorities and Remedies55.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR52.217-5, Evaluation of Options52.217-8, Option to Extend Services52.217-9, Option to Extend the Term of the Contract52.215-5, Facsimile Proposals52.247-34, F.O.B. Destination Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), the following clauses apply and are incorporated by reference:252.204-7004, Required Central Contractor Registration. Alternate A (Sep 2007);252.211-7003, Item Identification & Valuation (Jun 2005)252.232-7010, Levies on Contract Payments (Dec 2006)DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; 5252.232-9402 Wide Area Workflow (WAWF) (Apr 2008). This announcement will close at 4pm on Wednesday, September 23, 2009. Contact David Brown who can be reached at 757-443-1455 or email DAVID.B.BROWN@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:[FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery, and past performance. The relative importance of the factors is as follows price and past performance are more important than delivery. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0650/listing.html)
 
Record
SN01960692-W 20090919/090918002124-25d2999b39cdc84f9ffa31d56a21a987 (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.