Nebraska Bids > Bid Detail

Environmental Site Assessments (ESA) and Hazardous Materials and Asbestos Survey (HMAS) Reports at the Winnebago, Nebraska Campus for the Great Plains Area IHS OEHE

Agency:
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159172028473853
Posted Date: Dec 22, 2023
Due Date: Jan 25, 2024
Source: https://sam.gov/opp/d7432af6df...
Follow
Environmental Site Assessments (ESA) and Hazardous Materials and Asbestos Survey (HMAS) Reports at the Winnebago, Nebraska Campus for the Great Plains Area IHS OEHE
Active
Contract Opportunity
Notice ID
75H70624Q00005
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 22, 2023 10:54 am CST
  • Original Date Offers Due: Jan 25, 2024 05:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: B510 - SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Winnebago , NE 68071
    USA
Description

***100% Indian Small Business Economic Enterprise Set-Aside***



This project shall produce Phase 1 Environmental Site Assessment (ESA) and Hazardous Materials and Asbestos Survey (HMAS) reports for the Winnebago Campus. Hazardous materials shall include asbestos, lead based paint (LBP), mold, mercury-containing materials, polychlorinated biphenyls (PCBs), chlorofluorocarbons (CFCs), hydrochlorofluorocarbons (HCFCs), oil and oil products (including treated timbers), household hazardous-waste (paints, varnishes, solvents, and cleaning chemicals), fuel oil tanks, miscellaneous hazardous materials, solid waste, and radon.



Please see the attached Scope of Work for further details.



Interested parties may submit questions to Erin.Doering@ihs.gov by January 11, 2024 at 12:00 noon Central Standard Time.



Offers will be accepted electronically to Erin.Doering@ihs.gov by January 25, 2024 at 5:00 pm Central Standard Time.



In order to be determined responsive, your quote must include all of the following information. If quoter fails to complete and return the form, your quote will be considered “nonresponsive”.



1. Meet all requirements listed in the Statement of Work

2. Complete and sign SF-18, Request for Quotation

3. Complete and sign the IHS IEE Representation Form



ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.



Basis of award is Lowest Price, Technically Acceptable “LPTA” factors determining the successful contractor. The Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. Offers will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as either “acceptable” or “unacceptable”. The Government intends to evaluate and make award without discussion with the offerors other than minor clarifications, unless discussions are determined to be necessary. A decision on the technical acceptability of each offeror’s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall prices.



No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract.


Attachments/Links
Contact Information
Contracting Office Address
  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 22, 2023 10:54 am CSTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >