AWARD
R -- Environmental Health Services
- Notice Date
- 4/16/2014
- Notice Type
- Award Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 13-233-SOL-00797
- Archive Date
- 5/13/2014
- Point of Contact
- Cleveland S. Alexander, Phone: 3014437607
- E-Mail Address
-
cleveland.alexander@psc.hhs.gov
(cleveland.alexander@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- HHSP233201400013I
- Award Date
- 4/28/2014
- Awardee
- Resource Management Group, Inc., 9400 Amberglen Blvd., Austin, Texas 78729, United States
- Award Amount
- $30,489,356.00
- Description
- This synopsis is issued in accordance with FAR Part 5.203 in response to the requirement of 15 days. The purpose of this synopsis is to announce the Federal Occupational Health's intent to issue a multiple award IDIQ for occupational safety and environmental health services to Federal agencies throughout the United States and United States Territories, with qualified industrial hygiene, safety, and environmental specialists as required. The Award will be issued on or about April 28, 2014. The goal of this project is to provide safety, occupational health, and environmental consulting services for federal employees. The Award will be released electronically via this Government Point of Entry (GPE) otherwise known as Federal Business Opportunities or www.fbo.gov. Contractors are encouraged to register on www.fbo.gov to receive any further information in reference to the subject action inclusive of any announcements, and/or modifications to the Award after its release. FOH intends to award multiple award/multiyear Indefinite Delivery Indefinite Quantity (IDIQ) contract under an 8(a) set-aside will be issued whereby task orders may be issued for commercial severable or non-severable services as Labor-Hour, Time and Material, for Fixed Price type. The contract will have a minimum guarantee of $25K and a ceiling of $75M, and the period of performance shall be for a base period of five (5) years from date of contract award and may be extended in accordance with FAR Clause 52.217-8, entitled "Option to Extend Services." The NAICS Code for this effort is 541620-Environmental Consulting Services with a Business Size Standard of $14 Million. Any questions regarding this synopsis should be directed to Cleveland Alexander, Contract Specialist, via email at Cleveland.Alexander@psc.hhs.gov. Findings This requirement is for environmental health services for Federal Occupational Health (FOH). The goal of this IDIQ for severable commercial services is to provide the Federal Occupational Health (FOH), a premier provider of occupational safety and environmental health services to Federal agencies throughout the United States and United States Territories, with qualified industrial hygiene, safety, and environmental specialists as required. The services will enable the FOH Division of Environmental Health Services Division (DEHS) to provide consultative assistance to other Federal agencies. This D&F is for a base period of sixty (60) months. It is estimated that the not-to-exceed ordering amount for the resultant IDIQ for severable and non-severable commercial services will be $67,116,991.00 million. Internal and external market research was conducted to determine the options available within DHHS and from vendors on GSA. While environmental health services and safety disciplines are commonly purchased as commercial services, often the nature of these services change daily. This IDIQ is anticipated to allow for both firm fixed price and labor hour task orders. For certain task orders, the Government cannot accurately predict the many variables in the performance of the contract before performance commences nor is it possible at this time to accurately estimate the extent or the duration of the work or to anticipate costs with a high degree of confidence. Also, the need to continuously adapt to changing environmental health services and safety disciplines will require a level of flexibility inherent of a labor hour contract. Further, firm-fixed price type task orders will be created under this IDIQ when practicable for tasks where there is more certainty about the level of effort required and the environment in which the contractor will be operating. The IDIQ and task orders will specify fixed hourly rates and will include a ceiling price that the Contractor exceeds at its own risk. The services to be provided are based on an estimated number of hours to be used within the period of performance of each task order. A determination will be made considering the nature of each task order as to whether it will be more effective to issue it on a fixed-price basis. In accordance with FAR 16.601 (b), the time and material/labor hour contract provides for services on the basis of direct labor hours at specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit. DETERMINATION On the basis of the above findings, in accordance with FAR 12.207(b)(1)(ii)&(2) and 16.601(d), no other type of contract will suitably meet the requirements of this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/Awards/HHSP233201400013I.html)
- Record
- SN03340329-W 20140418/140416235039-cd94b58626bb650f941235a17069c87f (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 |