SOLICITATION NOTICE
Q -- Occupational Health and Industrial Hygiene Services
- Notice Date
- 5/18/2012
- Notice Type
- Presolicitation
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-R-0027
- Point of Contact
- David R. Gilson, Phone: 7177704496, Meg M Ross, Phone: 717 770-6611
- E-Mail Address
-
david.gilson@dla.mil, margaret.ross@dla.mil
(david.gilson@dla.mil, margaret.ross@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Logistics Agency has a requirement for services, management, personnel, supervision, materials, tools, equipment, and any other items and services not government-furnished necessary to operate the Tracy Occupational Health Clinic, at the Defense Distribution San Joaquin (DDJC) - Tracy and Sharpe Sites. The Contractor shall also provide all labor, materials, transportation, equipment, laboratory testing and personnel to perform Industrial Hygiene service requirements The solicitation will result in a firm-fixed-price contract. This acquisition is a restricted small business set-aside. The North American Industry Classification System (NAICS) code for this requirement is 621498. This acquisition will be conducted in accordance FAR 15 Contracting by Negotiation. It is anticipated that Request for Proposal SP3300-12-R-0027 will be posted to this site the week of 04 June 2012. Amendments to the Request for Proposal will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. There will be no advance notification of amendment issuance. The Government intends to award a contract resulting from this notice and subsequent solicitation to the responsible offeror using the Lowest Price Technically Acceptable (LPTA) Source Selection Procedures. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The non-cost factors shall include a Technical Proposal and Past Performance Proposal. NOTE: All offerors MUST be registered in the Central Contractor Registration (CCR) Database at http://www.ccr.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: David R. Gilson Jr., Acquisition Specialist, DLA Distribution, Acquisition Operations, J7 AB-5, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 or via fax: 717-770-5689 or e-mail: david.gilson@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-R-0027/listing.html)
- Place of Performance
- Address: Defense Distribution San Joaquin (DDJC) – Tracy and Sharpe Sites., San Joaquin, California, United States
- Record
- SN02752609-W 20120520/120519000638-91f7ef7e6dded700e3521cb249a709de (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 |