SOLICITATION NOTICE
H -- IDIQ for Industrial Hygiene services at Smithsonian Institution - RFP documents
- Notice Date
- 10/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
- ZIP Code
- 22202
- Solicitation Number
- F11SOL10002
- Point of Contact
- Debra A. Berke, Phone: 2026337414, Thomas E. Dempsey, Phone: 202/633-7259
- E-Mail Address
-
berked@si.edu, dempseyt@si.edu
(berked@si.edu, dempseyt@si.edu)
- Small Business Set-Aside
- N/A
- Description
- Complete solicitation package for industrial hygiene IDIQ for Industrial Hygiene services at Smithsonian. The Smithsonian Institution ("Smithsonian") seeks proposals from firms ("Potential Offeror") for an indefinite delivery indefinite quantity (IDIQ)contract to furnish all supervision, labor, material and equipment necessary for requested hazardous material monitoring, sampling, and analysis; and review of related design and construction projects and submittals for code and specification compliance for any of the Smithsonian Institution buildings located in Washington, DC metropolitan area, Maryland, Virginia and New York. The anticipated total value of annual work orders on the IDIQ is between $500,000 to $600,000. The buildings range in age and style from the 1881 Arts and Industries building to the contemporary National Museum of the American Indian building. The successful offeror shall provide professional services as required and specified by individual Work Order Contracts. The majority of Industrial Hygiene work occurs in conjunction with other work; usually part of demolition activities and found in chases, shafts, on pipe insulation or duct insulation, structural steel, historic building fabric and are in areas not easily accessed. Lead and asbestos could be found in all SI buildings except National Air and Space Museum Udvar-Hazy Center, National Museum of the American Indian on the Mall, and the National Museum of the American Indian Conservation Resources Center in Maryland. This announcement is open to all businesses regardless of size. The contract awarded will be firm-fixed-price. Minority businesses, Small businesses, Small disadvantaged businesses, Women-owned small businesses, Hub-zone small businesses, Veteran-owned small businesses, and Service Disabled Veteran owned businesses are strongly encouraged to apply. The North American Industry Classification Code (NAICS) for this procurement is 562910. If your company is interested in providing the services referenced above, please review the attached RFP package and submit your response in accordance with the attached instructions and conditions. To be considered, you must submit one (1) original and five (5) copies of the Technical Proposal and one (1) original and three (2) copies of the Cost Proposal as detailed in the RFP no later than November 23, 2010 at 3:00P.M. local Washington DC, time. Requested materials must be received by this deadline in order to be considered. Inquiries regarding this solicitation shall be directed by email no later than November 10, 3:00 PM EST as detailed in the RFP. Contractors must be registered in the Central Contractor Registration (CCR) prior to award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F11SOL10002/listing.html)
- Place of Performance
- Address: 600 Maryland Ave, SW, Washington, District of Columbia, 20024, United States
- Zip Code: 20024
- Zip Code: 20024
- Record
- SN02315031-W 20101023/101021234309-524c27d01791ae7684095a2482b6ee7f (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 |