Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
SOURCES SOUGHT

R -- Sources Sought Synopsis, NAICS 541380 to provide laboratory sample analyses

Notice Date
9/26/2007
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4F0AH7228A001
 
Response Due
10/5/2007
 
Archive Date
3/31/2008
 
Point of Contact
William Callaway, Contract Specialist, Phone (937) 522-4539, Fax (937) 656-1412, - William Callaway, Contract Specialist, Phone (937) 522-4539, Fax (937) 656-1412
 
E-Mail Address
william.callaway2@wpafb.af.mil, william.callaway2@wpafb.af.mil
 
Description
This is a Sources Sought Notice for non-personal services to provide coal laboratory sample analyses for the 88th Air Base Wing Environmental Management Office, Wright-Patterson AFB, OH. The purpose of this public notice is to identify firms who possess both the capability and experience to provide laboratory sample analysis testing for chemical testing of coal samples. This is not a notice of solicitation issue. This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach. The Government contemplates a purchase order for a base year and two option years. Each contractor interested in furnishing the services described in this Request For Information should send a capabilities package that identifies how it will accomplish chemical testing of samples for compliance with provisions of Title V of the Clean Air Act Amendments of 1990, Ohio Environmental Protection Agency (OEPA) Standards, and other methods as specified in the draft Performance Work Statement (PWS). Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the Draft PWS. Information should also include at least three references for relevant work performed within the past three years. A cover letter identifying a company point of contact, telephone number, e-mail address, CAGE Code, web page URL, and size of business should accompany the information submitted. The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company?s web page, if applicable). Submitted information shall be UNCLASSFIED. The North American Industry Classification System (NAICS) Code is 541380. The small business size standard is $11M (annual average gross revenue for the last three fiscal years not to exceed $11,000,000). Please submit your capabilities packages to 88 CONS/PKPB, Attn: Mr. William G. Callaway, 1940 Allbrook Dr., Area C Building 1, Room 109, Wright-Patterson AFB, OH, 45433-5309 or e-mail: william.callaway@wpafb.af.mil. Any questions may be directed to Mr. Callaway or to the Contracting Officer, Mr. Lynn A. Jefferies, same address, email lynn.jefferies@wpafb.af.mil. Responses must be submitted no later than 11:00 A.M. on 5 October 2007. No facsimile responses will be accepted. The Government will not award a purchase order or contract solely on the basis of this Request for Information, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. IMPORTANT NOTICE: All E-mail submissions are limited to size and type restrictions (typically less than 1 Megabyte in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. It is the submitter?s responsibility to verify the package was delivered or the e-file was received and can be viewed. DRAFT PERFORMANCE WORK STATEMENT (PWS)OF ENVIRONMENTAL MANAGEMENT DIVISION FOR ANALYTICAL LABORATORY SERVICES 26 Sep 2007 FOLLOWS: 1.0 DESCRIPTION OF SERVICES 1.1 SCOPE OF WORK. The Contractor shall provide all necessary labor, supplies, and equipment to accomplish chemical testing of samples for compliance with provisions of Title V of the Clean Air Act Amendments of 1990, Ohio Environmental Protection Agency (OEPA) Standards, or other methods as herein specified or as required by 88 ABW/CEVY (CEVY), Wright-Patterson Air Force Base (WPAFB), Ohio Section 4.0 lists sample parameters and the approximate annual number of times the analysis will be required. Contractor shall use EPA-approved analytical methods as outlined in the appropriate sections of the Clean Air Act in Title 40 Parts 50 ? 97 of the Code of Federal Regulations. 2.0 PERSONNEL. 2.1 POINT OF CONTACT. The Contractor shall provide a point of contact (POC) responsible for the performance of the work. The POC shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The POC shall provide the Government with a telephone number and electronic mail address. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. An alternate, or alternates, may be designated, but the Contractor shall identify those times when the alternate shall be the primary POC. The Contractor shall notify the government prior to any change in corporate ownership or structure that affects status of the laboratory. Throughout this document, use of the acronym ?QAP/CO? means the contractor shall send a copy of a required document or make a required notification concurrently to the Contracting Officer whenever required to submit an original document or make a notification to the Contracting Officer?s Technical Representative, who is also known as the Quality Assurance Personnel. For the acronym QAP only notification to the Contracting Officer?s Technical Representative is necessary. 2.2 AVAILABILITY. The Contractor shall be available for normal service and to provide technical advice pertaining to coal sampling and analysis Monday through Friday, 7:30 A.M. until 4:30 P.M local time. The contractor shall provide a mechanism to be contacted on an unscheduled or emergency basis after 4:30 P.M. weekdays and on weekends and federally observed holidays. The following are observed federal holidays: New Year?s Day, Martin Luther King Jr.?s Birthday, Presidents? Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans? Day, Thanksgiving Day, and Christmas Day. 3.0 SAMPLING REQUIREMENTS. 3.1 SUPPLIES. 3.1.1 ADMINISTRATIVE. The Contractor shall supply all business forms and labels necessary for labeling samples collected for analysis. 3.1.2 SAMPLING SUPPLIES. The Contractor shall be responsible for supplying all appropriate sample containers, shipping containers, packing materials, labels, proper markings/identification, and custody seals for all samples to be analyzed under this contract. The Contractor shall supply all U.S. Department of Transportation (DOT) shipping labels and other labels designed to meet all regulatory shipping requirements. The Contractor shall provide container labels necessary to clearly and correctly identify the type of analysis required, preservatives used (if applicable), sample source, date and time sampled, name of sampler, and sample identification number. The Government shall provide a chain-of-custody/sample custody/sample authorization form with each sample submitted for analysis. Sample form will be provided upon award of this contract. 3.1.3 SAMPLES. Government personnel will collect approximately 4-6 routine samples every month, but in some months the number of samples will be greater due to regulatory requirements. The number of samples is dependent on the quantity of coal received and burned by the Government. The timing and frequency of this sampling will occur mainly from September through May of the year but cannot be totally projected, the Contractor shall have a mechanism in place to support this requirement as necessary. The Government requires the use of ASTM Method D2013 ? Standard Practice for Preparing Coal Samples for Analysis. However, the Government shall accomplish the method up through selecting the final sample aliquot which is then shipped to the contractor lab as a sample weighing approximately one (1) pound. The Government will have already obtained representative samples from coal received for burning during the month. The coal shipped as a sample to the contractor has already been consolidated and ground to approximately 1/8? in size and a representative sample taken from the resulting mixture. 3.2 REPORTING. 3.2.1 Copies of reports shall not be released to any other person, office or organization unless authorized by the Government Contracting Officer or other authorized Government representative. In addition to the laboratory reports, the Contractor shall provide an electronic data deliverable (EDD) in flat file or other similar format suitable for loading into a commercial Environmental Database Management System. The EDD should be comprehensive and generated from the same source (laboratory information management system - LIMS) as the laboratory reports, and the contents should match exactly with the laboratory reports. The specific format will be provided to the laboratory once a system is deployed at WPAFB. 3.2.2 The written laboratory reports may be submitted to the Government electronically. 3.2.3 The Contractor shall report routine results to the Government with 5 days of receipt of sample. Until Section 3.2.1 is completely instituted the Contractor shall provide routine results in Adobe? Acrobat? (.pdf) 7.0 format. The routine results should be forwarded to the Government QAP via email. No paper copies of analytical results are required. 3.2.4 The Contractor shall notify the QAP/CO that an analysis method different from those listed in Section 4.0 are to be used for any analysis. TRANSPORTATION OF SAMPLES. ROUTINE SAMPLES. The Government will use the Contractor supplied methods, procedures and packaging to ship samples from the Environmental Management Division, Wright-Patterson AFB, OH. The Contractor shall establish a routine schedule for providing shipping supplies to the Government. Once the Chain of Custody forms are signed and the Contractor has received the samples, the Contractor shall be responsible for any lost or damaged samples. The Contractor shall ensure all personnel are trained to properly handle all samples in accordance with all state, federal, and local regulations. RECEIPT NOTIFICATION. The Chain of Custody forms shall be signed on receipt of delivered samples and a notification sent to the QAP. EMERGENCY SAMPLES. There will be no emergency samples under this contract. CERTIFICATIONS/QUALIFICATIONS Although there is no certification program required for this analytical work, the contractor shall make every effort to follow the intent of the National Voluntary Laboratory Accreditation Program (NVLAP) which is part of the Standard Services Division of the National Institute of Standards and Technology, and/or the National Lead Laboratory Accreditation Program (NLLAP) of the U.S. EPA and/or the American Association for Laboratory Accreditation (A2LA) standards. Upon award of this solicitation the contractor shall inform the Government in writing how they intend on addressing the aforementioned standards or if they already participate in any one or combination of standards. QA/QC SAMPLING QUALIFICATIONS. The Contractor shall be operationally capable of performing a full array of analysis on coal, as required by the government representative during routine situations. The Contractor shall inform the QAP/CO if the contractor does not follow the standards referenced in section 4.1. The Contractor shall have a Quality Assurance Program (QAP) comparable to that required in the NVLAP or for accreditation in A2LA. At the time of contract award the contractor shall provide a written statement discussing the laboratories QAP. CONFIDENTIALITY. The Contractor shall strictly observe the confidentiality of Air Force information and records and shall comply with all laws and regulations governing disclosure, including Federal Privacy Act 5 U.S.C. 553A. The contractor shall be held liable in the event of breach in confidentiality. 4.0 Annual Workload. Coal EPA Analysis Method Est. Quantity Coal, Ash D3174 55 Coal, BTU D5865 55 Coal, Sample Preparation D2013 55 Carbon, Fixed D3172 55 Coal, Sulfur D4239 55 Coal, Percent Volatiles D3175 15 Ash, Loss on Ignition (LOI) D3174 15 Ash, Fusion Temperature D1857 15 Free Swelling Index D720 15 Dry Weight** D3173 / D3302 55 Total Chlorine D6721 36 Mercury D6722 36 Selenium D4606 ICP-AES 20 Nickel D6357-04 ICPMS 20 Manganese D6357-04 ICPMS 20 Lead D6357-04 ICPMS 20 Chromium D6357-04 ICPMS 20 Cadmium D6357-04 ICPMS 20 Beryllium D6357-04 ICPMS 20 Arsenic D6357-04 ICPMS 20
 
Place of Performance
Address: 88 ABW / CEVY, Attn: David Duell, 5490 Pearson Road, Wrigth-Patterson AFB OH 45433-5332
Zip Code: 45433-5332
Country: UNITED STATES
 
Record
SN01421569-W 20070928/070926223858 (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.