Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

B -- Analytical Laboratory Testing

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-R-0008
 
Archive Date
12/3/2016
 
Point of Contact
L. Adam Bryson, Phone: 2156566295
 
E-Mail Address
leslie.a.bryson@usace.army.mil
(leslie.a.bryson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: Single Award Task Order Contract (SATOC) for laboratory analytical services and related efforts in support of the U.S. Army Corps of Engineers (USACE), Philadelphia District. The contract is for the chemical analysis of soils, sediments, sludges, ground waters, surface waters, oils, wastes, air, and other environmental samples. Analytical services will be performed by the Contractor to support Military, Superfund, Civil Works, and quote mark Support for Others quote mark Activities of the USACE Philadelphia District. The Philadelphia District performs various field investigations for hazardous, toxic, and radioactive waste (HTRW) projects that involve collection of primary samples, split samples, and/or quality assurance samples from various hazardous and toxic waste sites located within District Boundaries. Work involving sites outside the District may also be required. Award of an Indefinite Delivery Type contract is anticipated in January/February 2017. The laboratory shall maintain active and current National Environmental Laboratory Accreditation Program (NELAP) certifications for the New Jersey Department of Environmental Protection (NJDEP), including air certification, throughout the term of this contract in order to be awarded task orders. The laboratory shall also be certified as a Department of Defense (DoD) Environmental Laboratory Accreditation Program (ELAP) laboratory that is compliant with the current version of the DoD Quality Systems Manual (QSM) and the specified SW-846 methods in the scope. Any laboratory currently possessing these certifications may submit a proposal. Copies of the certifications must be provided as part of the submittal. The laboratory must be also able to produce Automated Data Review (ADR) and Stage Electronic Data Deliverables (SEDD) in compliance with electronic Quality Assurance Project Plans (QAPPs) as well as EDDs in the format required for the USEPA Region 2 EQUIS database system. The laboratory is required to be able to provide a PDF fully searchable structured complete data packages (including QC and raw data), invoice information, EDD exports and the ability to auto email data once the data is complete. The laboratory must indicate whether it is capable of providing data results in electronic format directly from a Laboratory Information Management System (LIMS) as opposed to manual manipulation. Offerors shall provide a list of projects demonstrating that the laboratory has sufficient capacity to simultaneously handle large projects. Documentation shall include projects supported within the last two years, highlighting analytical services for concurrent projects valued between $20K and $60K and completed over the same two week period. Include a point of contact, telephone number, and dollar value for each job listed and any other contracts similar in size and scope to this procurement. Also include information on any analyses that were subcontracted, including labs that are within the laboratory network but at a different geographic location. Minimal subcontracting activity for large projects is desirable. Include at least two references. The period of performance shall be for a base year of 12 months plus 4 option years. The total for the base and all option periods shall not exceed $2,500,000.00. NAICS for this project is 541380 with a size standard of $15.0 million. DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This Sources Sought is for information, planning, and market research analysis only; therefore, it is not to be construed as a commitment by the Government to procure at this time. This Sources Sought is not a formal solicitation nor is it a request for proposals (RFP). Any formal solicitation will be announced separately. This request does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All information received in response to this Sources Sought that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. Response to this RFI from industry is strictly voluntary. RESPONSE FORMAT The Government requests that your firm select and describe current, successful contract actions or have actions completed within two years that accurately represent the technical, operational, and management capabilities applicable to this effort. Responses to the subject areas below by letter designation are requested to assist in assessing the depth and range of businesses with the interest, requisite skills and past performance to meet the requirements. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract number(s) 5. Dates of contract performance 6. Socioeconomic designation B. Provide a short Executive Summary of your company's prime area of business (No more than one page at 12 pitch for each contract the aforementioned work is performed). Start each description with the contract number and the government Contracting Officer's name, e-mail address and phone number. C. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. D. Small Business should include a statement assuring the capacity of the firm to accomplish multiple task orders within time and cost limitations for these requirements. E. Each submission should not exceed 5 pages total. POINT OF CONTACT Responses should be sent via email to L. Adam Bryson at leslie.a.bryson@usace.army.mil not later than 1:00 p.m. on or before November 18, 2016. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0008/listing.html)
 
Record
SN04324143-W 20161110/161108235505-da4ed16efd5bd0e8bd7ef08aeb557c7c (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.