Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
SOURCES SOUGHT

H -- Indefinite Delivery Indefinite Quantity Contract for Toxicity Laboratory Services, NAVFAC Hawaii, Oahu, HI

Notice Date
3/19/2013
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247813T2413
 
Response Due
7/29/2013
 
Archive Date
8/13/2013
 
Point of Contact
Sandy Sekiguchi, (808) 474-3388
 
E-Mail Address
sandy.sekiguchi@navy.mil
(sandy.sekiguchi@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity Contract for Toxicity Laboratory Services, NAVFAC Hawaii, Oahu, Hawaii. The work includes, but is not limited to, providing laboratory analysis services as needed for Naval Facilities Engineering Command Hawaii (NAVFAC Hawaii). Analyses are required to comply with Environmental Protection Agency (EPA) testing and reporting requirements as specified in the EPA/State of Hawaii DOH Waste Water Discharge Permits issued to Navy Waste Water Treatment Plants (WWTP). The work shall include, but is not limited to, chronic whole effluent toxicity (WET) tests using the following invertebrate species and EPA test methods: Trypneustes gratilla, Hawaiian sea urchin, using Hawaiian Collector Urchin, Trypneustes gratilla (hawa ™e) Fertilization Test Method (3116198). Updated versions of the test method shall be used as required by the current permit. Waste water samples which are delivered to NAVFAC Hawaii Environmental Lab from the WWTP shall be turned over to the Contractor who shall provide all material (including sea urchins) and equipment to perform the required testing. Analyses shall be performed and completed the same day the samples are received at NAVFAC Hawaii Environmental Lab. Contractor shall comply with all specified test and reporting requirements including, but not limited to, scheduling, concentrations, frequencies, hold time, turn-around time, species requirements and pass/fail requirements. Testing shall be performed when ordered. Contractor may be required to show proficiency in performing the tests. The NAICS Code for this procurement is 541380 and the annual size standard is $14,000,000. Interested sources capable of providing the required services must respond by e-mail to sandy.sekiguchi@navy.mil no later than April 3, 2013. Interested sources shall indicate that they are capable of providing the required services and must indicate their size status (i.e., small business, 8(a), HUBZone, service disabled veteran owned small business (SDVOSB)). No other information is required at this time. Based upon the responses received, the Government will determine the set-aside method for the procurement. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. This is a new procurement. It does not replace an existing contract. No information exists on prior contracts. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. Interested parties should respond no later than April 3, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247813T2413/listing.html)
 
Place of Performance
Address: NAVFAC Hawaii, Pearl Harborr, HI
Zip Code: 96860
 
Record
SN03014883-W 20130321/130319234857-57b626db1f067cc7e84d9fc62aff8661 (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.