Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2016 FBO #5473
SOLICITATION NOTICE

Q -- Worldwide Drug Testing Services (WDTS) - DRAFT Performance Work Statement (WDTS) - WDTS Q&A Sheet

Notice Date
11/15/2016
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of State, Bureau of Diplomatic Security, DS Contracting and Procurement Division, 1800 N. Kent Street, Room 11101, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17R0005
 
Archive Date
12/15/2016
 
Point of Contact
Devin D. Banks, Phone: (571) 345-2163, Anna M. Garcia, Phone: (571) 345-2172
 
E-Mail Address
BanksDD@state.gov, GarciaAM@state.gov
(BanksDD@state.gov, GarciaAM@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Question and answer sheet PWS/SOW for a non-personal services contract (to be awarded in the future) to provide objective, accurate, and timely drug and steroid testing services for Diplomatic Security contractors providing security, protective, and support services both in the continental United Atates (CONUS) and outside the continental United States (OCONUS). Pre-solicitation/Sources Sought notice for objective, accurate, and timely drug and steroid testing services for Diplomatic Security (DS) contractors providing security, protective, and support services in both the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Notice Type: Pre-solicitation/Sources Sought Synopsis: The U.S. Department of State's (DOS) Bureau of Diplomatic Security, Office of Overseas Protective Operations (DS/IP/OPO) has a requirement for a qualified Contractor to provide objective, accurate, and timely drug and steroid testing services for Diplomatic Security (DS) contractors providing security, protective, and support services in both the Continental United States (CONUS) and Outside the Continental United States (OCONUS). OCONUS locations may include, but are not limited to: Iraq, Afghanistan, Israel, Central African Republic, South Sudan, and Somalia. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services defined in the draft Performance Work Statement/Statement of Work (PWS/SOW). The Contractor shall conduct all required drug, anabolic steroid, and alcohol testing of DS security, protective, and support contractor personnel, in accordance with the Substance Abuse and Mental Health Services Administration (SAMHSA) Mandatory Guidelines for Federal Workplace Drug Testing Programs where applicable. Additionally, the Contractor shall also conduct all required alcohol testing of DS security, protective, and support contractor personnel in accordance with Department of Transportation (DOT) regulations regarding alcohol testing, as codified in 49 Code of Federal Regulations (CFR) Part 40. The a nticipated Period of Performance (POP) is one (1) base year and four (4) one-year option periods. All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor and a separate background investigation conducted by the U.S. Government to certify their suitability for employment under this contract. The approximate acquisition schedule is as follows: This Pre-Solicitation/Sources sought notice will be posted for a minimum of fifteen (15) days. No paper copies will be mailed. Once the solicitation is posted on FedBizOpps (FBO), the offerors will have approximately thirty (30) days to submit proposals. All dates are subject to change and any change will be posted via FBO. Offerors are requested to provide notice of their interest in the solicitation (i.e., name of representative, name of firm, address) to Devin D. Banks, Contract Specialist via email at BanksDD@State.Gov. PHONE CALLS WILL NOT BE ACCEPTED Offerors shall have an active registration in the System for Award Management database at https://www.SAM.gov. Offerors shall ensure the point of contact (POC) on the Restricted Access Request form provides his/her full name, including first, middle (if applicable), and last name. The POC's full name shall be identical to the full name in the https://www.FBO.gov database. The Offeror must also ensure submission of POC's full name, including first, middle (if applicable), and last name, are identical in SAM.gov as the names appear in FBO.gov. In accordance with 22 U.S.C. § 4864, the Government will give preference to offerors qualifying as U.S. persons or U.S. Joint Venture Persons. The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 541380 (Testing Laboratories). Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the "DRAFT" PWS/SOW under this NAICS code. There is no current contract for these services and the anticipated acquisition strategy is h ybrid Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract containing a combination of Firm-Fixed Price (FFP), Firm-Fixed Unit Price (FFUP) and Cost-Reimibursement (CR) CLINs. As part of this notice, all interested vendors are required to submit a capabilities statement based on the attached draft PWS/SOW which outlines the specific level of support required. This request for capability information does not constitute a request for proposals and does not bind the U.S. Department of State to any agreement, written or implied. Submission of any information to this market survey is purely voluntary. DOS assumes no financial responsibility for any costs incurred by respondents. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to this sources sought. Note that the PWS/SOW is a "DRAFT" and may change when the solicitation is issued; however, the core requirements will not change. Questions, recommendations, and comments are highly encouraged/welcomed. If your company has the capacity to perform the services outlined in the draft PWS/SOW, please provide and/or address the following capabilities: ( 1) Organization name, address, email address, web site address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, Cage Code, SAM information. (2) Provide a copy of current business licenses/certifications - such as the Drug and Alcohol Testing Industry Association's (DATIA) Certified Professional Collector or Certified Professional Collector Trainer - work authorizations in compliance with U.S. and host country laws required for the execution of work. (3) Demonstrate knowledge of and compliance with host country tax laws. (4) Provide copies of all types of insurance coverage required by host country in performance of services, such as automobile liability, comprehensive general liability, worker's compensation, employer's liability, etc. (5) A detailed capability statement and relevant past performance history documenting ability to perform similar requirements of the SOW. In addition, your capability statement and relevant past performance history should identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements of the SOW. NOTE: If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (6) Please identify your company's social economic status (i.e., 8(a), veteran-owned small businesses, service disabled veteran-owned small businesses (SDVOSB), HUB Zone small business concerns, small disadvantaged businesses, women-owned small business concerns, economically disadvantaged women-owned small business concerns...etc.) The government will evaluate market information to ascertain potential market capacity to: (1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; (2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; (3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and (4) Provide services under a performance based service acquisition contract. The deadline for submitting questions or comments regarding the Draft PWS/SOW and all capability statements are due at 12PM (EST) on November 30th, 2016 (15 days in total). Responses are limited to 8 pages, font size 12, and shall be submitted to Devin D. Banks, Contract Specialist via email at BanksDD@State.Gov and shall have the words "WDTS WPS Response" in the "subject" line. Sales brochures, videos and other marketing information materials will not be accepted. Telephone inquiries will not be accepted or acknowledged. When the solicitation is released, it will be via FedBizOpps (http://www.fbo.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this Pre-Solicitation Notice/Sources Sought Notice or a future solicitation. No contract will be awarded from this announcement. Contracting Office Address: U.S. Department of State A/LM/AQM/DSCD/WPS 1801 N. Lynn St. Arlington, VA 22209 Place of Performance: OCONUS locations worldwide that may include, but are not limited to: Iraq, Afghanistan, Israel, Central African Republic, South Sudan, and Somalia. Primary Point of Contact: Devin D. Banks Contract Specialist BanksDD@State.Gov Secondary Point of Contact: Anna M. Garcia Contracting Officer GarciaAM@State.Gov Attachments/Enclosures: •- Draft PWS/SOW •- Q/A Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0f377f3745723c12eb8e9d6b06aa268)
 
Place of Performance
Address: OCONUS locations worldwide that may include, but are not limited to: Iraq, Afghanistan, Israel, Central African Republic, South Sudan, and Somalia., United States
 
Record
SN04328535-W 20161117/161115234748-a0f377f3745723c12eb8e9d6b06aa268 (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.