SOLICITATION NOTICE
R -- Industrial Hygiene Services for the ANG Occupational Safety and health programs in Multiple Locations
- Notice Date
- 5/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
- ZIP Code
- 30316-0882
- Solicitation Number
- W912JM-10-R-0016
- Response Due
- 6/1/2010
- Archive Date
- 7/31/2010
- Point of Contact
- Karina Espinosa, 678-569-6216
- E-Mail Address
-
USPFO for Georgia
(karina.espinosa@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The USPFO for GEORGIA intends to establish multiple Blanket Purchase Agreements (BPA) to fulfill its requirement for Industrial Hygiene Services. This Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and this solicitation, W912JM-10-R-0016, is being issued as a Request for Proposal (RFP). This procurement is total small business set aside. The NAICS code is 541690 with a size standard of $7.0. The following commercial services are being requested in this solicitation: Industrial Hygiene Services for the Army National Guard Occupational Safety and health programs in the following states and territories: Alabama, Arkansas, Florida, Georgia, Guam, Illinois, Kentucky, Louisiana, Mississippi, North Carolina, Oklahoma, Puerto Rico, South Carolina, Tennessee, Texas and the Virgin Islands; as detailed in the attached Statement of Work (SOW). Offerors shall submit a pricing schedule for the requested support services detailed in Section 3 of the SOW that will be incorporated into the awarded Blanket Purchase Agreement. The Governments intent is to establish the awarded BPA for a period of five years; however the agreement shall be reviewed annually to determine its ongoing need. The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be $750,000 annually. The Government is obligated only to the extent of authorized purchases actually made under this BPA. The Master BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the Master BPA. There will be no minimum purchase required under this BPA. It is the responsibility of the interested parties to review this site and the National Guard Contracting website (www.nationalguardcontracting.org) frequently for any updates / amendments to any and all documents. No individual notification of any amendments will be provided. This solicitation will close on 1 June 2010, 0900 EST. The Government intends to evaluate proposals based on Lowest Price Technically Acceptable (LPTA) and make award(s) without discussions with offerors (except for needed clarifications as per FAR 15.306(a). Therefore, your initial proposal should contain your best terms, as it pertains to cost/pricing. Do not assume you will have the opportunity to clarify, discuss, or revise your original proposal. At Governments discretion, offerors may be asked for more information or to clarify their offer, request for such information doesnt constitute discussions. However, the Government reserves the right to conduct discussions if the Contract Officer later deems it necessary. The Government will award multiple BPAs resulting from this solicitation to the responsible offeror or offerors whose proposal conforming to the solicitation will be most advantageous to the Government based on price and availability. The Government reserves the right to award multiple BPAs or on an all or none basis. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-1, Instructions to OfferorsCommercial Items. The provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, and the offeror must include a completed copy of this provision with their proposal. The clauses at FAR 52.212-4, Contract Terms and ConditionsCommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.204-7004, required Central Contractor Registration; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contract Registration database at www.ccr.gov and shall be considered for award All proposals must be submitted in hard copy and digital form to: Nicholas Long, Procurement Specialist 935 East Confederate Ave SE Bldg 3, Room 141 Atlanta, GA 30316. Or by email to: nicholas.j.long@us.army.mil All proposals must be submitted no later than 01 June 2010, 0900 EST. All questions/inquiries must be addressed to the Procurement Specialist in writing. Telephone inquiries will not be accepted nor will responses be received after 01 June 2010, 0900 EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-10-R-0016/listing.html)
- Place of Performance
- Address: National Guard Region South-IH 510 Plaza Dr., Suite 1530 College Park GA
- Zip Code: 30349
- Zip Code: 30349
- Record
- SN02148796-W 20100515/100513235203-1222b0758f4627191ca380fd8d6459d3 (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 |