Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,2000 PSA#2565

Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227

H -- INDUSTRIAL HYGIENIST SOL FHQ00Q00553 DUE 033000 POC Dave Powery, Simplified Acquisition Specialist, Phone (202) 874-6977, Fax (202) 874-7275, Email dave.powery@fms.sprint.com WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=FHQ00Q00553&L ocID=1763. E-MAIL: Dave Powery, dave.powery@fms.sprint.com. FHQ00Q00553 is being issued as 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The Standard Industrial Classification code is 8734 with a corresponding size standard of $5.0. The Department of the Treasury, 401 14th Street, SW, Washington, DC, 20227, intends to award a purchase order, utilizing simplified acquisition procedures and provisions and clauses for Commercial Items for health related services. These services include a Certified Industrial Hygienist for an hourly rate @ $___; Industrial Hygienist/ Technician for an hourly rate @ $___. Provide a separate rate for night/weekend differential, if applicable, @ ___. Medical Testing is also required for: X-ray diffraction @ $__; Transmission electron microscopy, level 1 @ $___, level 2 @ $___; Atomic absorption spectrophotometry @ $___; Polarized light microscopy, Bulk asbestos samples @ $___; Phase contrast microscopy air @ $__; Electron microscopy @ $___; Vinyl acetate in glue @ $___; Particulates in air @ $___; Ventilation/temperature relative humidity @ $___; Ethyl acetate in air @ $___; Tertiary butyl alcohol in air @ $___; Dioxide/monoxide testing @ $___. Locations of sites are: 401 14th St SW, Washington, DC 20227, 1990 K St NW Washington, DC 20227, 3361-L 75th Avenue, Landover, MD 20785 and 3700 East-West Highway, Hyattsville, MD 20782. FMS requires testing when an occupational health concern arises. Offerors must provide a minimum of three references and documentation of training for the persons employed by this order. Minimum service coverage is 9am-5pm weekdays with a maximum of 4 hours response time. The provision at 52.212-1 Instructions to Offerors-Commercial Item is applicable to this acquisition. Offerors must show 1) the solicitation number. 2) the time specified in the solicitation for receipt of offers; 3) the name, address, and telephone number of the offeror; 4) a technical description of the items and services being provided in sufficient detail to evaluate compliance with the requirements of the solicitation, including costs of sample testing required ( available from poc) ; 5) Price and any discount terms and 6) "Remit to" address, if different than mailing address. The provision at 52.212-2, Evaluation-Commercial Items is applicable and the following is included as the evaluation criteria. The Government will award a commercial item purchase order using simplified acquisition procedures to the responsible offeror on the basis of technically acceptable low price offer. The following is included as the evaluation criteria: 1) Technical Capability of the service requested to meet the Government needs; 2) Price; and 3) Offeror's past performance. The provision at 52.212-3, Offeror Representations and Certification-Commercial Items applies and offerors must include a completed copy of the provision at 52-212-3 with the offer. The following clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition: FAR 37.107 Service Act of 1965. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is included by reference. Additional clauses include: FAR 52.217-8, Option to Extend Services (Aug 1989); FAR 52.217-9 Option to Extent the Term of the Contract (Mar 1989); FAR 52.232-19, Availability of Funds for Next Fiscal Year (Apr 1984); FAR 52.222-37, VETS 100 Compliance Report. The clauses may be viewed at http://www.arnet.gov/far. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Interested offerors are required to contact the point of contact (POC) for full text clauses and past performance surveys. Offers are to be received no later than 10am, March 30, 2000. The period of performance is from April 3, 2000 through December 31, 2000 with two (2) 1-year options: Option Year 1, January 1, 2001 through December 31, 2001 and Option Year 2, January 1, 2002 through December 31, 2002. Responses must be in writing and must be received by the stated deadline of this notice. Responses must include the Representations and Certifications and the VETS 100 Compliance Report. Posted 03/23/00 (D-SN437486). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0048 20000327\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page