Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOLICITATION NOTICE

Q -- Physicals - SOW

Notice Date
5/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
449-11MR-862
 
Archive Date
6/16/2011
 
Point of Contact
ALEISHA T MOORE, Phone: 304-256-3215
 
E-Mail Address
MOORE.ALEISHA@DOL.GOV
(MOORE.ALEISHA@DOL.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Physicals This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. 1. This is a combined synopsis/solicitation to procure physicals for MSHA employees. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-50, dated May 16, 2011. This requirement is 100% small business set-aside. All future information about this acquisition including solicitation amendments will be distributed soley through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitaion number is 449-11MR-862 and shall be referenced on all quotations. 2. The Norht American Industry Classification System (NAICS) code is 621340 -Office of Physical, Occupational and Speech Therapists, and Audiologists. Offerors must be registered in the Central Contractor Registration (CCR) at: http://www.ccr.gov, in order to be considered for award. 3. Carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: FAR provision 52.212-3, Oferror Representations and Certification-Commercial Items FAR Clause 52-212-4, Contract Terms and Conditiond-Commercial Items FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) - in paragraph (b) the following clauses apply; 52.204-10,52.219-6,52.219-28,52.222-3,52.223-18,52.222-19,52.222-21,52.222-26,52.222-36,52.225-1,52.225-13,52.232-33 Offerors shall include a completed copy of 52.212-3 with quotes if not currently registered in ORCA. All clauses shall be incorporated by reference in order. Additional contract terms and conditions applicable to this procurement are: 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: https://www.acquisition.gov/far/. The Government contemplates an award of a Firm Fixed Price Contract resulting from this solicitation. 4. Description of Requirement: The purpose of this requirement is to procure physicals for MSHA employees. CLIN 0001: 48 Physicals for MSHA employess to be performed to the specifications of MSHA. Please see attached SOW CLIN 0002 PSA test that are done when the physical is given. Mobile units providing physicals will be restricted from the property due to space constraint. 5. A firm fixed priced contract will be awarded to the lowest priced technically acceptable offeror. The Government reserves the right to award without discussions; therefore, it is critical that each quotes be fully responsive. However, the Contracting Officer also reserves the right to conduct discussions, if later determined to be necessary. The evaluation of quotes and the determination equality of the services offered shall be the responsibility of the Government and will be based on the information furnished by the quoter in his/her quote as well as other information reasonably available to the purchasing activity. Technically is determined to be comformance to the requirement of the Statement of Work and the proximity of the vendors location. 6. Quotes are due by 4:00 p.m. EST Wednesday June 1, 2011. All questions/inquiries must be submitted to Aleisha Moore via electronic mail (e-mail) no later than 4:00 pm Tuesday, June 2, 2011 PHONE CALLS WILL NOT BE ACCEPTED. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Aleisha Moore via e-mail to: moore.aleisha@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/449-11MR-862/listing.html)
 
Place of Performance
Address: Mine Safety & Health Administration, 100 Fae Ramsey Lane, Pikeville, Kentucky, 41501, United States
Zip Code: 41501
 
Record
SN02458895-W 20110529/110527234044-af66347b880759eb901327436de0418a (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.