SOURCES SOUGHT
99 -- Analytical Needs – Water Treatment Group – Soil/Vegetation/Water/Brine Analysis - Sources Sought Laboratory Testing
- Notice Date
- 6/1/2016
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R16PS01185
- Archive Date
- 6/25/2016
- Point of Contact
- Andrew Tiffenbach, Phone: 303-445-2393
- E-Mail Address
-
atiffenbach@usbr.gov
(atiffenbach@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- Proposed List of Analytes Sources Sought Laboratory Testing THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY This Request for information (RFI) is for the Analytical Needs - Water Treatment Group - Soil/Vegetation/Water/Brine Analysis The water treatment group of the US Bureau of Reclamation's Technical Service Center requests an analytical laboratory with which to contract a number of soil, vegetation, and water samples over the next few years. Samples to be analyzed will be groundwater, surface water, reverse osmosis concentrate (high TDS brine), live and dead plant samples, root balls, and soil core samples. Desired analytes include pH, electrical conductivity, total suspended solids, volatile suspended solids, total nitrogen, ammonia, nitrate, total phosphorus, orthophosphorus and other bulk measurements (e.g. density, dry weight etc.) TCLP testing for the RCRA 8 metals will be requested on some soil and vegetation samples. Total elemental analysis and plant available elemental analysis for a number of elements is also requested for soil, vegetation, water, and concentrate samples. All sample preparation, digestion, and/or extraction will be conducted at the contracting laboratory. For a full list of bulk, TCLP and elemental analysis requested please see the attached table. Standard laboratory turn around times of 2-3 weeks is requested. Ability to request priority analysis with a turnaround time of 5 business days is requested at standard industry surcharges of 40%-60%. Reclamation understands that laboratory turn around times and priority analysis may be dependent on workload. The laboratory does not need to be certified but Reclamation will expect access to calibration curves, matrix spikes, and other quality data in spreadsheet form along with laboratory results. Quality Assurance reporting is not requested at this time. In addition to the analytes listed in the attached table, Reclamation would be interested in having samples analyzed for hexavalent chromium, gross alpha particles, and gross beta particles. These three additional analytes are not required under this contract, however, if they were to be made available by the contracting laboratory they would be considered as value added. This RFI shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission of this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned. INSTRUCTION FOR RFI SUBMISSION: After review of the attached documentation, interested parties may submit a response in an electronic format only via email to Andrew Tiffenbach at atiffenbach@usbr.gov no later than 10 June 2016. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only. Respondents should include as part of their submission: a. A synopsis of the company's capabilities in this area. Adequate information showing these capabilities for services needed. b. DUNS Number c. Company Name d.Company Address e.Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov f.Company point of contact, phone and email address. g.Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any company proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one inch margins, and font no smaller than 12 point.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/179e35f8b14f1619cb0766d28d920a37)
- Record
- SN04135327-W 20160603/160601235343-179e35f8b14f1619cb0766d28d920a37 (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 |