Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2013 FBO #4192
SOURCES SOUGHT

B -- Analytical services for the analysis of wastewater influent samples and wastewater effluent samples.

Notice Date
5/15/2013
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK13T0165
 
Response Due
5/22/2013
 
Archive Date
7/14/2013
 
Point of Contact
Lester Gebski, 410-278-0858
 
E-Mail Address
ACC-APG - Installation Division
(lester.s.gebski.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought for W91ZLK-13-P-0296 Analytical Services for US Army Public Health Command (USAPHC / Army Institute of Public Health (AIPH) Description: The U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division located at Aberdeen Proving Ground, MD, is seeking information on small business sources that can provide to provide AIPH with the analytical services for the analysis of wastewater influent samples and wastewater effluent samples to determine and report low-level concentrations of 1) pharmaceuticals and personal care products (PPCP), and 2) sterols and hormones (SH).This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the small business community who can support this requirement. The North American Industry Classification (NAICS) Code of this requirement is 541380. Please identify your company's small business size standard based on the applicable NAICS code of $14 million. Scope: The Contractor will provide analysis of wastewater influent samples and wastewater effluent samples in accordance with the attached draft Statement of Work (SOW). The required analytical procedures are EPA Method 1694 (PPCP) and EPA Method 1698 (SH). Submission Instructions: If you believe your firm qualifies as a small business under the aforementioned criteria and has qualified personnel, relevant past performance experience, and the technical capability to perform the type of work specified in the draft Statement of Work (SOW), please submit a technical capability statement including the following information: (1) company name and mailing address; (2) point of contact (name, telephone number, and e-mail address); (3) socio-economic status (small business, small disadvantaged business, woman-owned business, veteran-owned business, etc.); (4) a brief statement describing how your company might propose to perform the percentage of work specified in FAR Clause 52.219-14(b)(1)(i.e. - a single small business or an affiliation and/or team of small businesses)(Note: If more than one firm is contemplated, identify the socio-economic status of each and identify which aspects of the draft SOW will be performed by each firm); (5) number of employees; (6) revenue for the past 3 years; and (7) a brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement outlined in the draft SOW. Each companies experience (Government or commercial) should include (a) the name of the project, (b) a brief description of the project, (c) the contract or project number, (d) a client/customer point of contact (name, address, phone number, e-mail address), (e) the dollar value of the contract/project, (f) the period of performance of the contract/project, and (g) the relevance of contract/project to requirements in the draft SOW. Technical capability statements can be submitted in your own format and shall be 5 pages or less. The SOW is currently in a DRAFT format - if you would like to comment on the SOW, please include comments in submittal. Again, this announcement is being used solely to determine if sufficient small business capability exists to set aside this acquisition for small businesses. THIS IS NOT A REQUEST FOR PROPOSALS NOR IS THE TECHNICAL CAPABILITY STATEMENT CONSIDERED TO BE A PROPOSAL. Large businesses should not respond to this announcement but may consider teaming with a small business or team of small businesses. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Please send information via email to CPT Lester Gebski at lester.s.gebski.mil@mail.mil by 18 May 2013, 5 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0dd20eca5d26455a891346c688380eb5)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03062759-W 20130517/130515235110-0dd20eca5d26455a891346c688380eb5 (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.