Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

99 -- NIOSH-Spokane Interior Asbestos Abatement & Carpet Installation Services - SCA Wage Determination - Statement of Work - CDC In-and Out Processing of Non-Employees - Provisions & Clauses

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
75D301-18-Q-68743
 
Archive Date
8/25/2018
 
Point of Contact
Kari L. Skovira,
 
E-Mail Address
kuf5@cdc.gov
(kuf5@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions and clauses CDC In-and Out-Processing of CDC Employees, Non-Employees, and Affiliates Statement of work Attachment 2 Statement of work Attachment 1 Statement of work SCA Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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. This is being issued as a Request for Quote (RFQ) under solicitation number 75D301-18-Q-68743 using FAR Part 13.1, Simplified Acquisition Procedures. Any incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective July 16, 2018. Please refer to the attached document for clauses and provisions applicable to this acquisition. It is the quoter's responsibility to be familiar with the applicable clauses and provisions. The full text of all clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This acquisition is set aside for competition restricted to small business concerns. The applicable NAICS code is 562910 with a small business size standard of $20.5 million. To be eligible to receive an award resulting from this solicitation, the contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220. The Centers for Disease Control and Prevention intends to award a firm-fixed-price order for the following items: CLIN(s): 0001 Interior Asbestos Abatement & Carpet Installation Services - Quantity 1, Unit Job • All work to be performed IAW attached Statement of Work Delivery address: CDC/National Institute for Occupational Safety and Health (NIOSH), Spokane Research Laboratory (SRL), 315 E. Montgomery Avenue, Spokane, WA 99207 Acceptance and FOB point: Delivery address Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award (FAR 52.237-1). The site visit is scheduled for Monday, July 30, 2018 at 10:00 a.m. PACIFIC STANDARD TIME. Inquiries/questions from the site visit must be submitted per the below "Inquiries/Questions" section. Because access to the CDC facility is restricted, all interested parties must email his or her intent to attend the site visit no later than Friday, July 27, 2018 by 3:00 p.m. EASTERN STANDARD TIME to the Contracting Officer (kuf5@cdc.gov). This email must include the visitor's name, phone number, e-mail address, and company that he or she is representing. Access will be limited to U.S. Citizens due to the period of time necessary to obtain clearances for non-U.S. Citizens. Inquiries/Questions Inquiries/questions concerning this RFQ should be submitted in writing to the issuing office. Any additions, deletions, or changes to the RFQ, including responses to questions, will be made by an amendment. QUOTERS ARE INSTRUCTED SPECIFICALLY TO CONTACT ONLY THE CONTRACTING OFFICE IN CONNECTION WITH ANY ASPECT OF THIS REQUIREMENT PRIOR TO CONTRACT AWARD. Inquiries/questions must be received at the Contracting Office no later than Wednesday, August 1, 2018 at 4:00 p.m. EASTERN STANDARD TIME, and must be submitted via e-mail to kuf5@cdc.gov. Other Information Specific information regarding requirements for proposals can be found in the attached provisions and clauses. Please see included provision FAR 52.212-1 (Instructions to Offerors - Commercial Items) for specific requirements. Specific information regarding evaluation of proposals can be found in the attached provisions and clauses. Please see included provision FAR 52.212-2 (Evaluation - Commercial Items). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer (or complete only paragraph (b) if the Offeror has completed the annual Representations and Certifications electronically via SAM). The quote format is at the discretion of the offeror. Quoters are advised that an award may be made without discussion or any contact concerning the quotes received. Quoters should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. Therefore, the initial quote should contain the quoter's best terms from a technical and price standpoint. The government intends to make an award to the lowest priced technically acceptable offer. To be technically acceptable, the price quotations must contain all of the required information detailed above. No telephonic quotes will be processed. All quotations must be received no later than 4:00 p.m. EASTERN STANDARD TIME on Friday, August 10, 2018. Please send any questions and quotes to Contracting Officer Kari L. Skovira at kuf5@cdc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/75D301-18-Q-68743/listing.html)
 
Place of Performance
Address: CDC/NIOSH, Spokane, Washington, 99207, United States
Zip Code: 99207
 
Record
SN04997731-W 20180720/180718231321-24539a4eff02f3b591db9fcba941fad9 (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  © 1994-2020, Loren Data Corp.