Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOURCES SOUGHT

H -- Environmental Sampling, Testing and Laboratory Services

Notice Date
11/5/2009
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5088
 
Response Due
11/20/2009
 
Archive Date
11/23/2009
 
Point of Contact
Shawna Mitchell (757) 322-1031 shawna.mitchell@navy.mil
 
E-Mail Address
shawna.mitchell@navy.mil
(shawna.mitchell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the RFP. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing Environmental Laboratory Services at, but not limited to, the following locations: Naval Station Norfolk, Naval Amphibious Base Little Creek, Norfolk Naval Shipyard, Naval Air Station Oceana, and Naval Weapons Station Yorktown. Additional locations of operation are located at Cheatham Annex, Naval Regional Medical Center Portsmouth, Dam Neck Annex, Dare County Bombing Range, Craney Island, Fort Story, Fentress, New Kent County the Armed Forces Staff College, and Naval Support Activity Northwest. This solicitation also supports other miscellaneous environmental naval operations at private shipyards throughout the region. The work is primarily located in the Tidewater/Hampton Roads area, or anywhere naval surface or shipyard activities occur within 100 miles of Norfolk Naval Base, Virginia. The exact locations will be indicated in each Task Order by the Contracting Officer. All Service Disabled Veteran-Owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the government's best interest. The successful contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Environmental Laboratory Services. Firm-fixed-price work shall consist of the Contractor providing environmental sampling, testing, and laboratory services and the associated reporting and documenting services to support compliance oversight. The Contractor shall comply with all Federal, Commonwealth of Virginia, and local statutes and regulations, and with DoD policies, instructions and guidance. The Contractor shall develop and manage a sampling plan that identifies sampling priorities for permitted sites and complies with permits and regulatory programs. The Contractor shall perform storm (rain) events sampling to satisfy permitted requirements. The Contractor shall perform sample tracking using Chain of Custody documentation. The Contractor shall conduct timely field and laboratory testing to ensure accuracy and reliability of the data to meet the data quality objectives associated with environmental task. The Contractor shall dispose of spent reagents, chemicals, excess samples, used sample containers, digestates, leachates, extracts and other sample preparation products IAW OSHA and EPA regulations and permit requirements. IDIQ work may be ordered utilizing DoD EMALL or a task order. The IDIQ order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order.A combination Firm-Fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) type contract is anticipated. The IDIQ work may be ordered utilizing DoD EMALL or on a Task Order, on a need basis. The anticipated contract award date for these services is February 28, 2010. The North American Industry Classification Standard (NAICS) code for this procurement is 541380 with a small business size standard of $12.0 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following:COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code.RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer's Name, Telephone Number and Email; (4) Contracting Officer's Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein.RESPONSES ARE DUE NLT NOVEMBER 20, 2009 AT 3:00 PM ET. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT, BY MAIL, TO:Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT, 9742 Maryland Avenue, (BLDG Z-140, Room 117), Norfolk, Virginia 23511-3689 ATTN: Shawna MitchellELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Shawna Mitchell via email at shawna.mitchell@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5088/listing.html)
 
Record
SN01999126-W 20091107/091106000108-b2295981ef392944550fbdbbe817b47e (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.