SOLICITATION NOTICE
F -- Analyzing Unknown Liquids and Solids, West Point, NY
- Notice Date
- 3/4/2014
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-ANALYZING-UNKNOWN
- Response Due
- 3/13/2014
- Archive Date
- 5/3/2014
- Point of Contact
- Mark Draluck, 8459388386
- E-Mail Address
-
MICC - West Point
(mark.draluck@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Mission and Installation Contracting Command, West Point, NY intends to establish blanket purchase agreement(s) (BPAs) for collecting, transporting, and analyzing unknown liquids, solids, and/or semi-solids from drums and/or containers, steams, and point sources at the United States Military Academy (USMA) at West Point, NY in accordance with the statement of work below. The anticipated period of performance is for a period totaling five (5) years. This requirement will be 100% set aside for small business concerns under NAICS code 541380, Testing Laboratories. The small business size standard is $14 Million. In order to be eligible for award, firms must be registered in the System for Award Management (SAM) database, https://www.sam.gov/portal/public/SAM/. The contractor shall have the capability of performing work within the timelines stated in the statement of work below. A written solicitation is not intended to be issued, however interested vendors shall submit a capabilities package containing the following information: 1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and email address. 2. Company profile to include office location(s), DUNS number/CAGE Code, NAICS, and a statement regarding current small business status to include small business type(s)/certification(s) such as: 8a, WOSB, EDWOSB, HubZone, SDVOSB, etc. 3. Prior/current experience (private and/or government) for either the firm or quote mark key personnel quote mark performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. 4. State the lead time (days) necessary for your firm to begin performance after award. All submissions shall be submitted to Mark Draluck, mark.draluck@us.army.mil no later than close of business 13 March 2014. STATEMENT OF WORK 1. The Contractor shall provide all necessary labor, equipment, vehicles, materials and supervision necessary to collect, transport and analyze samples of unknown liquids, solids, and/or semi-solids from drums and/or containers, streams, and point sources at the United States Army Garrison, West Point, New York. Should special equipment be required that is outside of normal conditions and would require heavy duty equipment such as backhoes or other like items and or heavy equipment, the contractor should contact the contracting officer representative (COR) prior to commencing any work. 2. Collection and analysis of all samples shall be done in accordance with EPA Solid Waste Methods (SW-846) and all other applicable federal and state laws and regulations. 3. The Contractor shall be accompanied by the Contracting Officer's Representative (COR) during all sampling. 4. The Contractor shall be approved to perform environmental analysis by the New York State Department of Health Environmental Laboratory Approval Program (ELAP). 5. Under normal circumstances, a five (5) working day turn-around time is required. A written report of the analytical results, along with all applicable laboratory QA/QC data, must be produced within five (5) days after receipt of the sample in the laboratory. 6. The Contractor shall be able to provide for a 24 hour turn-around time for samples requiring emergency analysis as deemed necessary by the Government. 7. The Contractor shall be able to respond to take samples within two (2) hours of notification, when required. 8. Sampling shall be performed during the normal work hours of 8:00 AM to 4:00 PM Monday through Friday, excluding Federal Holidays unless requested by the Government to sample on emergency basis. There will not be any requirement for an overnight stay to perform sampling. 9. The chain of custody prepared by the Contractor shall include procedures for identification of receipt of sample, maintenance of custody, tracking of analysis, and assembly of completed data. 10. All TCLP analysis shall be performed by instrumentation having appropriate detection limits to allow reporting of results with a numeric value and appropriate units that are consistent with the determination of hazardous waste parameters established by USEPA and NYSDEC. 11. The Contractor shall be responsible for the disposal of all samples. Such disposal shall be in accordance with applicable federal, state, and local laws and regulations after expiration of the sixty (60) day holding time specified in paragraph 14 J of this contract. The cost associated with disposal is included in the price charged for analysis. The Contractor shall not charge for disposal of lab samples as a separate cost. 12. All analysis shall be performed within the maximum allowable holding time specified by the applicable method and/or regulation, as identified in the SAMPLING LIST 13. All unit costs provided by the Contractor may be for either soil, water, sludge, oil, paints or combinations thereof. Unit costs shall include laboratory furnished glassware or other applicable materials necessary in the collection of samples. In addition, the unit cost quoted for each analytical method shall include the Contractor's cost of processing, producing, and delivery of the following data: A.A copy of the signed chain of custody form showing date and time of sample received at the laboratory. B.A cross-reference of field sample number to lab sample number. C.A cross-reference to identify applicable lab QA/QC samples with field sample. D.A glossary to define the symbols and terms used in the report. E.Sample collection, extracting, and analysis date(s). F.A listing of the instrument(s) employed and method detection limits for each sample. G.A list of practical quantitation limits. H.A sample data summary list (the analytical results for the sample). I.A QA/QC summary report, providing data on method blanks, check samples, surrogate recoveries, lab duplicates, matrix spikes, matrix spike duplicates; whichever are applicable. J.The Contractor laboratory shall store all samples for sixty (60) days after testing. The laboratory shall archive all analytical data for a minimum of five (5) years. 14. The laboratory/laboratories shall comply with the analytical QA/QC requirements specified by each of the methods listed, except that matrix spikes reinstate blanks, matrix duplicates, and trip blanks for volatile organics required by the third edition SW-846 shall analyze 10% of the samples collected or at a frequency of one per every analytical sample set, whichever is greater. 15. The cost associated with analyzing the laboratory QA/QC requirements specified by the method are included in the price charged for that method. The Contractor shall not charge for laboratory QA/QC samples as separate costs. 16. For gas chromatography (GC) methods, the Government will pay for all confirmed analysis (i.e. second column, third column, etc.) at the same rate charged for the first column analysis. Do not include the cost of performing confirmed analysis in the basic price charged for the method. 17. All analysis shall be performed within the maximum allowable holding time specified by the applicable method or USEPA regulation(s). For samples analyzed by GC, the maximum allowable holding time applies to first column and confirmed runs. 18. The Contractor shall insure that all personnel are properly trained to perform the work required of this contract. Additionally, the Contractor shall provide their personnel with the proper personal protective equipment (PPE) for both field and laboratory personnel. Based upon historical tests, (PPE) Level D should suffice. When contacted by DPW to perform a test, the contractor should be able to determine what equipment may be required. The government shall not assume responsibility for the contractor's choice of PPE. 19. Should any designated test within this document become obsolete due to new technologies and or new requirements/ standards by the EPA or New York State DEC/DOH, the new requirement/ test shall be performed. If the new requirement and or standard requires a change in pricing, that issue shall be addressed to the Contracting Officer. 20. Upon the request of the government, the contractor shall arrange for pick up of samples taken by the government. This will be performed by a commercial overnight pickup/ delivery service. The cost shall be added to the invoice for the and only the actual cost may be billed. A copy of the pickup invoice must accompany the invoice for the test. REFERENCES: NANone available at this time. quote mark A quote mark MethodStandard methods for the examination of water and wastewater, 20th edition. quote mark E quote mark or EPAE 100 through E 400 methods. Methods for chemical analysis of water, Method wastewater and waste EPA manual 600/4-79-020, U.S. Environmental Protection Agency. E 501.1 Trihalomethanes, 40 CFR 141, Subpart C, Appendix. E 500 Series Methods Methods for the determinations of organic compounds in drinking water and source water USEPA, Cincinnati, OH 45268. 40 CFR 136, Appendix A. E 200.7 Method Inductively coupled plasma - atomic emission spectrometer method for trace element analysis of waste and wastes. 40 CFR 136, Appendix C.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b5c5502eed4498ed83ebb402527b8a91)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN03301314-W 20140306/140304234937-b5c5502eed4498ed83ebb402527b8a91 (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 |