Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
MODIFICATION

H -- Industrial hygiene and safety services - Questions and Answers - updated SOW

Notice Date
10/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
SS-NIHOD2014040
 
Point of Contact
Terita R Stevenson, Phone: 301-402-3727
 
E-Mail Address
stevenst@od.nih.gov
(stevenst@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
updated SOW Questions and Answers The purpose of this amendment is to add questions and answers to this sources sought notice and to replace the previouse Statement of Work, SOW with the updated version of the SOW. The National Institute of Health (NIH), The Division of Occupational Health and Safety (DOHS), Office of Research Services (ORS) has a requirement for industrial hygiene and safety services critical to supporting the mission of the DOHS, the NIH and the Department of Health and Human Services as defined by the Statement of Work (SOW). This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under NAICS code 562910 should not submit a response to this notice. The procurement shall be for one (1) year, with four (4) one-year option periods. The NAICS code is 562910, with a small business size standard of $20.5. It is anticipated that an award will be made on or around February 1, 2015. All prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. The solicitation will be issued on or about 45 calendar days from date of this publication. Small business concerns that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. The capabilities statement must specifically address each project requirement separately. Additionally, the capability statement should include: 1) Biomedical experience: The vender should describe their experience providing industrial hygiene and safety support in a large biomedical research facility. a. Include the type of biomedical operations performed at the facility, the facility size (personnel and operational size), length of contract, health and safety services performed, and the number of contract staff performing work at the biomedical research facility. b. Please detail staff's training and experience working around research animals, patient care, and research operations. c. Provide examples of challenges encountered while working around animal and patient care operations and methods used to successfully perform the services. d. Identify experience conducting waste anesthetic gas surveys, indoor air quality investigations (in a laboratory environment), and oversight of remediation activities in a biomedical research facility. Service Capabilities: Decommissioning operations occur during non-business hours with limited advance notice. Scheduled abatement projects are made with 1-3 days lead time. Emergency operations require response within several hours. Identify the number of industrial hygiene staff who are located within the Washington DC metro area that can respond to a service request in short notice and remain assigned to the project for periods of weeks to months. Include a discussion about availability of industrial hygiene personnel for non-business hour shifts. The capability statement must not exceed 15 single sided or 7.5 double sided pages in length and using a 12-point font size minimum. Interested small business organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone numbers of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Terita Stevenson, Contract Specialist 6011 Executive Blvd., Room 539-C, Rockville, MD 20852, stevenst@od.nih.gov; within 15 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Questions are due by October 14, 2014 at 1:00 p.m. and must be emailed to stevenst@od.nih.gov. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate one (1) Indefinite Quantity Indefinite Delivery (IDIQ) contract, for a base plus four option years with an approximate award date of February 1, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/SS-NIHOD2014040/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03548912-W 20141012/141010234235-4938404cd9d07d48bc4f6c14838994ce (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.