Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

H -- Perform all water and wastewater analysis for parkwide sampling

Notice Date
11/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - LAME Lake Mead NRA 601 Nevada Way Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
Q8375090004
 
Response Due
12/11/2008
 
Archive Date
11/20/2009
 
Point of Contact
Idella C. Mullins Contract Specialist 7022938910 idella_mullins@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The solicitation number is Q8375090004 and is issued as a Request for Quotes (RFQ). NAICS code: 541380. No paper copies will be sent. Notifications of any changes will be made as modifications to this announcement. To receive an award, vendor must maintain a current registration at Centrl Contractor Registration (ccr), www.ccr.gov. The National Park Service, Boulder City, NV, has identified a need for water and wastewater sampling Services as outlined below. Minimum lab analytical services for Lake Mead NRA. Perform all water, wastewaterand groundwater regulatory compliance samples for parkwide sampling Nevada. A schedule of sampling items below requires prices and returned to this office, quantity may vary, and other simular sampling that are necessary may be required during the life of the contract. The base year will run 1/1/09 to 12/31/09. A single year contract will be awarded with the possibility of two additional years for FY 10 and FY11. Expected contract range for three years, is $25,000-100,000. WATER AND WASTEWATER ANALYSIS/SAMPLINGLABORATORY ANALYTICAL SERVICES LAKE MEAD NATIONAL RECREATION AREA, NEVADA Analysis MDL Quantity Unit Price Total VOC Phase I, II and V 7 ____________ ____________ IOC Phase II and V 7 ____________ ____________Secondry IOCs 7 ____________ ____________Silver 7 ____________ ____________Sodium 7 ____________ ____________Alumium 7 ____________ ____________Nitrate 7 ____________ ____________TTHM 57 ____________ ____________HAA5s 57 ____________ ____________TSS 213 ____________ ____________TDS 93 ____________ ____________ CBOD 132 ____________ ____________Chloride 12 ____________ ____________Total N 12 ____________ ____________SOC Phase II, V 5 ____________ ____________Asbestos 9 ____________ ____________Arsenic 6 ____________ ____________Nitrate as N 12 ____________ ____________Lead/Copper 20 ____________ ____________Dioxin 3 ____________ ____________Nitrite 3 ____________ ____________ TOTAL COST $_____________ STATEMENT OF WORK: Requirements 1) LOCATION: National Park Service, 101 Katzenbach Drive, Boulder City, NV 89005 multiple times a month within a 24 hour notice. 2) DELIVERY: Delivery of bottles, chains and labels multiple times a month to Utility Systems Branch, 101 Katzenbach Drive, Boulder City, NV within a 24 hour notice. 3) CERTIFICATION: Nevada certified for all listed analyses and be able to perform most of the analysis on site or at a minimum be able to subcontract out to a NV certified lab. 4) Run all analysis per the state required Safe Drinking Water Act MCLs and standard method detection limits for wastewater sample result for permitted facilities. 5) Submit all required Nevada lab analysis forms along with analysis to Lake Mead, Utility Systems Branch within five days of analysis completion, Attention Renee Herlihy. This contract will be for one year with the possibility of two, one-year options. The National Park Service has the right to not exercise options. Award will be made based on best value to the government. QUOTES: Provide quotes which gives the following information: 1) Perform all water and wastewater analysis, quantity may vary, and other simular sampling may be required -yearly price (01/01/2009-12/31/2009) - $ ___________________________ 2) Perform all water and wastewater analysis, quantity may vary, and other simular sampling may be required- yearly price (01/01/2010 - 12/31/2010) - $__________________________ 3) Perfrom all water and wastewater analysis, quantity may vary, and other simular sampling may be required - yearly price (01/01.2011 - 12/31/2011) - $____________________ 4) Complete the following information:Part I The above schedule list with unit price and total price. 5) Past Performance and Experience Part II CONTRACT NUMBER:AMOUNT:AGENCY/OWNER:CONTACT: PHONE NUMBER:DESCRIPTION OF WORK:PERFORMANCE PERIOD: 6) Key PersonnelPart IIINAME:JOB TITLE:YEARS OF EXPERIENCE:TOP EDUCATIONA LEVEL OBTAINED:AREA OF SPECIALIZATION:PROFESSIONAL REGISTRATION: Failure to provide these items may result in non-consideration of your offer. Quotes are due December 11, 2008, by 2 PM (PDT). Quotes may be faxed to Idella Mullins at 702-293-8626 or e-mailed to idella_mullins@nps.gov. For questions, please send to me in writing via fax or e-mail and I will respond after Dec 1, 08. My phone number is 702-293-8910 The FAR provisions at 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items and any applicable addenda to these five provisions, apply to this acquisition. FAR provisions may be found at http://www.arnet.gov/far EVALUATION FACTORS FOR AWARD: The Government will award the contract to the responsible Offeror whose quote will be most advantageous to the Government, price and other factors considered. Technical is equal to price. Technical: 1) Past performance work on similar services for a Federal Government Agency 2) Experience working in remote areas PAST PERFORMANCE is a measure of the degree to which a contractor has satisified its customers in the past. The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and/or references obtained from any other source Performance of service will be evaluated to determine whether or not it meets the performance requirement of the contract. Don't forget to Include a list of references which demonstrate your successful past performance of revelant jobs that compare favorably to the work offered in this project. List contracts and other pertinent work to describe how your experience is revelant to the requirements of this solicitation. Attach additional documents as needed. If you have no revelant experience, you must state that in order to qualify for a neutral rating.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a3ca0906a67764188af5afa0f333a76d&tab=core&_cview=1)
 
Place of Performance
Address: Boulder City, NV<br />
Zip Code: 890052426<br />
 
Record
SN01707607-W 20081122/081120214940-a3ca0906a67764188af5afa0f333a76d (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.