SOLICITATION NOTICE
B -- Hazardous Material Testing - HazMat Price Schedule Attachment 1
- Notice Date
- 8/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
- ZIP Code
- 20135
- Solicitation Number
- HSFEMW-10-Q-0024--Resolicitation
- Archive Date
- 9/8/2010
- Point of Contact
- deborah foster, Phone: 5405422687
- E-Mail Address
-
deborah.foster@dhs.gov
(deborah.foster@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- HazMat Price Schedule -- Attachment 1 THIS IS A RE-SOLICITATION OF RFQ #HSFEMW-10-Q-0024. 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; offers are being requested and a written solicitation will not be issued. Request for Quote (RFQ) #HSFEMW-10-Q-0024, is for the purchase of hazardous material testing services for the Federal Emergency Management Agency (FEMA) located at Mt. Weather, VA 20135-2006. The services required include: laboratory testing of asbestos containing materials and air samples in contractor-provided containers and providing written test results to FEMA. Contractor shall provide laboratory testing services for a variety of asbestos samples provided by the FEMA Mt. Weather Emergency Operations Center. Asbestos samples must be tested by methods approved by the American Industrial Hygiene Association ( AIHA), the National Voluntary Laboratory Accreditation Program (NVLAP), or the National Institute of Standards and Technology ( NIST). Asbestos samples may be tested using the Phase Contrast Microscopy (PCM) or by Transmission Electron Microscopy (TEM). A report of the results shall be provided to FEMA for each test performed. The results of the asbestos air and bulk samples will be required either twenty-four hours or five days after the Contractor's receipt of the sample from FEMA. FEMA will specify the time-frame testing results are required when the samples are provided to the Contractor. The Contractor shall provide any necessary forms or documentation required to track samples and results. Test results may be sent electronically to FEMA. It is unknown how many samples will require testing but it is anticipated to be between 600 and 1,000 samples per year. The Contractor and all subcontractors shall provide evidence that they are properly accredited for testing of asbestos samples. Accreditations by NVLAP, National Environmental Laboratory Accreditation Program (NELAP), A IHA and the NIST will be acceptable. The period of performance will be one year from date of award with three option years. The Mt. Weather Emergency Operations Center is a controlled-access installation. Contractor e mployees proposed to perform maintenance/ require access must receive a favorable police records check. It is not anticipated that contractor access will be required. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-43, dated 08/02/2010. This procurement is a small business set-aside. The NAICS code is 541380. It is anticipated that only one award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. BASIS OF AWARD: Selection will be made on a low cost technically acceptable basis. In order to be determined technically acceptable, the Contractor shall provide a copy of their current laboratory accreditation as part of their proposal. Price Proposal : COST: Offeror shall propose firm-fixed pricing to provide services as outlined in this solicitation (pricing should be broken down, per test, by base and option years). Offerors shall provide the following price information as a part of their response: testing cost broken down by Item No. as identified on Attachment 1 (i.e., bulk samples (24-hour and 5-day) air samples (24-hour and 5-day), materials (test sample containers, shipping charges, etc.). Price proposals will be evaluated for price realism and reasonableness. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov ; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFQ must be received no later than 11:00 AM/EDST, 08/24/2010 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 772 or sent electronically to deborah.foster@dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Foster at deborah.foster@dhs.gov or faxed to 540/542-2632. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-0024--Resolicitation/listing.html)
- Place of Performance
- Address: Testing to be performed in the awarded Contractor's laboratory., United States
- Record
- SN02237759-W 20100813/100812000518-547daa01056e8e7f4dad9e2338216a7e (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 |