MODIFICATION
Q -- LABORATORY TECHNICIAN
- Notice Date
- 6/6/2014
- Notice Type
- Modification/Amendment
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Labor, Division of Acquisition Management Services, OASAM/BOC/DPP, S1519-B, 200 Constitution Ave., N.W., Washington, District of Columbia, 20210-001
- ZIP Code
- 00000
- Solicitation Number
- 172-149F-3528
- Archive Date
- 7/3/2014
- Point of Contact
- KAREN L BARTON, Phone: 2026934585, Wanda Maddox, Phone: 202-693-7199
- E-Mail Address
-
BARTON.KAREN.L@DOL.GOV, maddox.wanda@dol.gov
(BARTON.KAREN.L@DOL.GOV, maddox.wanda@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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, quotations are requested, and a written solicitation document will not be issued. This the solicitation of Purchase Request 172-149F-3528 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of ten (10) million. This acquisition is set aside for women-owned small businesses. All responsible Contractors shall provide a quote for the following: Line Item 0001: Analytical Chemistry Laboratory; Quantity 24 hours/week (50 weeks per year) Line Item 1001(Optional Year 1): Analytical Chemistry Laboratory; Quantity 24 hours/week (50 weeks per year) Line Item 2001 (Option Year 2): Analytical Chemistry Laboratory; Quantity 24 hours/week (50 weeks per year) Line Item 3001(Optional Year 3): Analytical Chemistry Laboratory; Quantity 24 hours/week (50 weeks per year) Line Item 4001(Optional Year 4): Analytical Chemistry Laboratory; Quantity 24 hours/week (50 weeks per year) The following provisions apply to this acquisition: FAR 52.212-1 Instruction to Offerors- Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items which is completed by registering in the System for Award Management (SAM) Website at: https://www.sam.gov/portal/public/SAM/.; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-29 Notice Set-Aside for Economically Disadvantaged Women-owned Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 ; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.333-3 Protest After Award; 52.233-4 Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address. OFFERORS MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. Applicable Law for Breach of Contract Claim; 52.252.2 Clauses Incorporated by Reference. Award will be based on the lowest evaluated price of the technically acceptable proposal meeting all of the solicitation requirements from responsible offerors with acceptable past performance. There will be one award made for this project. The Government intends to evaluate offers and may award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by June 18, 2014, 3:00 pm (Eastern Standard Time). Quotations shall be submitted to: Karen Barton, via e-mail: barton.karen@dol.gov or via fax at 202-693-4579. (End of Text)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/DPP/DPP/172-149F-3528/listing.html)
- Place of Performance
- Address: US DEPARTMENT OF LABOR/OSHA, 8660 SANDY PARKWAY, SANDY, Utah, 84070, United States
- Zip Code: 84070
- Zip Code: 84070
- Record
- SN03387831-W 20140608/140606234334-fc261203cadff5f228d4e050237befc3 (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 |