Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOURCES SOUGHT

Q -- SOLICITATION // DRUG TESTING COORDINATOR SERVICES // USAG FORT HAMILTON, NY

Notice Date
5/6/2020 10:28:38 AM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-Q-5119
 
Response Due
5/8/2020 11:00:00 AM
 
Archive Date
05/23/2020
 
Point of Contact
Jasmyne C. Peterson, Phone: 6095622485, Julie Cameron, Phone: 6095627026
 
E-Mail Address
Jasmyne.C.Peterson.civ@mail.mil, julie.a.cameron.civ@mail.mil
(Jasmyne.C.Peterson.civ@mail.mil, julie.a.cameron.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
���������������� INSTRUCTIONS TO OFFERORS 1. The purpose of this solicitation is to procure Drug Testing Coordinator Services in support of the Fort Hamilton Military Community. Services are required by AR 600-85 and to be provided in accordance with the statement ofwork, to include administration and coordination of the Command Drug Testing Program for military personnel assigned to units and the DA Drug Testing Program for DA civilians. Services are to be performed at the United States Army Garrison Fort Hamilton located at 125 Grimes Road North, Brooklyn, NY 11252-1800. 2. The Government intends to award a single, firm-fixed-price requirements contract. The period of performance for this effort shall be a 12-month base period and four, 12-month option periods from date of contract award. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.beta.SAM.gov. 4. Estimated total quantities are provided in the Request for Quote. These estimates are not a representation to an offeror or contract that the estimated quantities will be required or ordered, or that conditions affecting requirements will be stable or normal. 5. See Federal Acquisition Regulation (FAR) Clause 52.212-1, ""Instructions to Offerors -- Commercial Items"" and FAR 52.212-1, Addendum for additional information. 6. See FAR Clause 52.212-2, ""Evaluation -- Commercial Items"" and FAR 52.212-2, Addendum for additional information and evaluation criteria. 7. All questions regarding this solicitation shall be submitted via email no later than 4:00PM EST on Wednesday, 6 MAY 2020 to Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@mail.mil and Julie Cameron, Contracting Officer at Julie.A.Cameron.civ@mail.mil. The questions will be answered all at once and uploaded to the Contract Opportunities website (www.beta.sam.gov) posting after the question period has closed. 8. COMPLETING A QUOTE FOR SUBMITTAL a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@mail.mil and Julie Cameron, Contracting Officer at Julie.A.Cameron.civ@mail.mil. Updates to this solicitation will be posted on the Contract Opportunities website at www.beta.sam.gov. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. b. The Offerors shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. Offerors are required to submit a signed SF1449 (Blocks 30a and 30b). In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation. c. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. d. DUNS number, CAGE code, Federal TIN and any small business preference or socio economic concern (8(a) certified, HUBZone Certified, WOSB, etc.) under the applicable NAICS code 621511. e. The Contractor shall submit the Prime Contractor�s Certificate of Insurance prior to award. See Required Insurance, located in Contract Administration. 9. All services shall be performed in accordance with the Statement of Work (SOW)/Performance Work Statement (PWS). 10. All offers shall remain valid for 120 calendar days.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d399a9e09f59401589601feee4584484/view)
 
Place of Performance
Address: Brooklyn, NY 11252, USA
Zip Code: 11252
Country: USA
 
Record
SN05649195-F 20200508/200506230210 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.