Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOLICITATION NOTICE

R -- Mid Level Bioenviromental Engineer Industrial Hygienist - Performance Work Statement

Notice Date
8/20/2013
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
F1Y4AA3199A002
 
Archive Date
9/7/2013
 
Point of Contact
Alan Ortega, Phone: 3077733535, Hilary A Swanson, Phone: 307-773-4751
 
E-Mail Address
alan.ortega.2@us.af.mil, hilary.swanson@us.af.mil
(alan.ortega.2@us.af.mil, hilary.swanson@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Performance Work Statement This announcement constitutes an official pre-solicitation notice. The intent is to notify potential Small Business concerns of the Mid Level BEE IH acquisition (NAICS 541620 and size standard $14,000,000, effective July 22, 2013). The Government anticipates the issuance of the Request For Quote (RFQ) in September 2013. The target award date is 18 September 2013, with a start date of 30 October 2013. The contractor will provide Non-Personal services for Mid Level BEE IH at FE Warren AFB, WY. The contractor shall provide all management and labor necessary to provide Bioenvironmental Engineering (BE) support on F. E. Warren AFB (FEW). Contractor shall provide Industrial Hygiene services in order to manage Occupational Health and Special Surveillance programs. Primary duties include identifying hazardous workplace conditions as well as sampling, assessing, and resolving problems. The contractor shall ensure all work complies with all applicable federal and state health and safety regulations. The contractor shall adhere to Air Force Occupational Safety & Health (AFOSH), Occupational Safety & Health Administration (OSHA), Nuclear Regulatory Commission (NRC), and Environmental Protection Agency (EPA) standards as delineated throughout the Performance Work Statement (PWS).. The Government will provide Government-Furnished Property, to include standard hardware equipment for duty performance, and software required to perform duties. This acquisition will be a Fixed-Price performance-based service contract, which will be structured around what is required as opposed to how the contractor should perform the work. The period of performance of this contract shall consist of one basic year, with the possibility of four individual option years. Contract award will be a Hubzone set aside. Contract award will be based on Lowest Price Technically Acceptable with evaluations of key personnel. Interested parties should register online and subscribe to receiving procurement announcements related to this pre-solicitation by entering the website at www.fbo.gov. Potential offerors are responsible for monitoring this site for the release of the solicitation package. To be eligible for contract award or payment from any DoD activity, offerors must be registered in the DoD System for Award Management (SAM) and Wide Area Work Flow Receipt and Acceptance (WAWF-RA) websites. Information on SAM registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by registering via the SAM website at https://www.sam.gov/portal/public/SAM/. Information on WAWF-RA registration may be obtained by calling 1-866-618-5988, or by registering via the WAWF-RA website at https://wawf.eb.mil/. Contractors must also submit their representations and certifications on SAM website. There will be no paper copies of the subsequent solicitation notice available. The RFP will be released using the Electronic Posting System (EPS) available at www.fbo.gov. All solicitation information may be obtained through the above referenced website. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Any questions in regards to this notice must be submitted in writing, via e-mail, or facsimile to the Contracting Officer or Contract Specialist listed below under Point of Contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f5dbd7ffe9407b51f7ffa203accde5aa)
 
Place of Performance
Address: 90 MED GP, 6900 ALDEN DRIVE, FE WARREN AFB WY 82005, TEL: 481-4031, FE Warren AFB, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN03154630-W 20130822/130820235020-f5dbd7ffe9407b51f7ffa203accde5aa (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.