Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

H -- Radiochemical Analytical Services Basic Ordering Agreements

Notice Date
12/3/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, Environmental Protection Agency, Headquarters Procurement Operations Division, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-09-00051
 
Response Due
12/18/2008
 
Archive Date
1/18/2009
 
Point of Contact
Point of Contact, Stefan Martiyan, Purchasing Agent, Phone (202) 564-2039<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541380 The U.S. Environmental Protection Agency (USEPA) Office of Emergency Response (OEM) desires to establish Basic Ordering Agreements (BOAs) in accordance with FAR Part 16.703 with vendors who are capable of performing radiochemical services. A BOA is not a contract, asreferenced in FAR Part 16.703; instead, it is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor, that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing, and delivering future orders under the BOA. Additionally, a BOA does not imply any agreement by the government to place future contracts or orders with the contractor or to be used in any manner to restrict competition. PURPOSE: OEM seeks technical support and expertise for the laboratory analysis of environmental samples for the presence, release, and/or detection of hazardous radiochemicals that may present an imminent and substantial danger to the public health or welfare, or the environment in support of emergency responses to possible radiochemical acts of terrorism. DESCRIPTION OF SERVICES: The contractor shall be responsible for the rapid analysis and reporting of results from environmental samples (e.g. water, soil, air filters, wipes, vegetation, etc.) as needed. The contractor shall perform the analysis using proven instruments and techniques that shall be detailed in contractor specific Standard Operating Procedures (SOPs). These SOPs must be based upon relevant Federal Agency Methods/Protocols. The SOPs must be made available to all staff performing the analysis, and must also be made available to the USEPA upon request. The contractor must also make the facilities used for analysis of samples available for audit by the USEPA upon request. Following sample analysis, the contractor shall perform data reduction and shall report analytical activities, sample data, and quality control documentation. The specific task requirements, deliverables, method and time of delivery, log book maintenance requirements, and release of information notice are detailed in Minimum Requirements for Radiochemical Analytical Services, and Standard Analytical Methods for Environmental Restoration Following Homeland Security Events: Revision 3.1, available at http://www.epa.gov/oam/srpod. Any and all services rendered by the contractor will be ordered via the issuance of task orders and under the competitive requirements of FAR Part 6 and synopsis requirements of FAR Part 5, as applicable. CONFLICT OF INTEREST (COI): COI provisions and disclosure requirements will also be made available at http://www.epa.gov/oam/srpod, to allow vendors the opportunity to avoid, neutralize, or mitigate such conflicts once work is placed under the BOAs as provided for in FAR Subpart 9.5. The North American Industries Classification System (NAICS) code for this requirement is 541380 and the size standard is $11,000,000. Please note, this is not a solicitation announcement for proposals. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. No telephone calls and/or requests for a solicitation will be accepted or acknowledged. Company brochures are not desired. Information shall focus on the capability to provide services described in the Minimum Requirements for Radiochemical Analytical Services and the experience in providing services in accordance with the analytical methods described in the Standard Analytical Methods for Environmental Restoration Following Homeland Security Events: Revision 3.1. There is NO monetary value to this agreement. SUBMISSION INSTRUCTIONS: Interested vendors should provide capability information describing their ability to meet all of the requirements within fifteen (15) days of this notice. Capability documentation submitted by interested vendors shall not exceed fifteen (15) pages in length. All responsible sources may submit their capabilities and qualifications to perform, in writing, to the identified point of contact (POC) not later than 5:00 PM Eastern Time on December 18, 2008. Capabilities/Qualifications documentation may be submitted as an attachment to the POC at martiyan.stefan@epa.gov, or may be mailed via U.S. Postal Service to: U.S. EPA Ariel Rios Building, Attn: Stefan Martiyan, Mail Code 3805R, 1200 Pennsylvania Avenue NW, Washington, DC 20460; or, via commercial delivery or courier service to: U.S. EPA Ronald Reagan Building, Attn: Stefan Martiyan, Mail Code 3805R, Room 61169, 1300 Pennsylvania Avenue NW, Washington, DC 20004.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3ce184ea11d55b089c25dcb055e28c1d&tab=core&_cview=1)
 
Record
SN01712977-W 20081205/081203220612-3ce184ea11d55b089c25dcb055e28c1d (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.