Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2018 FBO #6224
SOURCES SOUGHT

B -- CHEMICAL AND GEOTECHNICAL ANALYSES OF EN

Notice Date
12/6/2018
 
Notice Type
Synopsis
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH<br />PO BOX 25046<br />204 DENVER FEDERAL CENTER<br />DENVER<br />CO<br />80225-0046<br />US<br />
 
ZIP Code
80225
 
Solicitation Number
140G0219Q0017
 
Response Due
12/13/2018
 
Archive Date
12/28/2018
 
Point of Contact
Beals, Trisha
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set- Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. The North American Industry Classification System (NAICS) code is 541380 Testing Laboratories and the size standard is $15.0 Million. The U.S. Geological Survey (USGS), has a requirement for chemical analysis services of environmental (water, solid, air, and biological) samples for organic and inorganic constituents, and geotechnical analyses of solid (sediment, sludge, and soil) using U.S. Environmental Protection Agency (USEPA) analytical methods and other published analytical methods such as Standard Methods and ASTM methods. Legally defensible data meeting strict quality control standards are required. Analytical services may be needed for chemical and geotechnical analyses of environmental samples collected by the USGS for other regulatory-type projects requiring USEPA or similar published, standardized analytical methods and well-documented analytical and quality control results. The majority of samples to be analyzed for the USGS projects will be aqueous (water) samples collected mostly from surface sources with some ground water, sediment, and tissue samples. The contractor shall furnish all labor, materials equipment and facilities that are required for the geotechnical and chemical analysis. All required instruments and/or equipment, shall be purchased, set-up, calibrated, and on-line prior to award of contract. The Contractor shall provide analytical services, supplies, and deliverables for chemical and geotechnical analyses of environmental samples collected for USGS projects. Analytical services may be requested by the USGS for other regulatory-type projects located throughout the United States. The Contractor shall use analytical methods specified in Attachment A, Items 1 through 187, for the analysis of environmental samples collected for USGS projects. The analytical methods listed in Attachment A are USEPA analytical methods or other published, standardized analytical methods used commonly for the analysis of environmental samples. It is estimated that at least 90 percent of the analyses for USGS projects will request analytical methods and procedures specified in the Attachment A of the contract. Formal (published or promulgated) updates or revisions to existing analytical methods and associated analytical method numbers included in the Attachment A may occur during the period of this contract. This requirement includes the following analytical services: Please see Attachment A All business concerns who believe they can responsibly provide these types of services should submit the following information to the contracting officer. 1. Capability statement describing corporate expertise and technical qualifications in the work described above. 2. Past performance information describing other contracts for similar services your company has been awarded. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 3. Small business status of vendor (8(a), HUBZone, SDVOSB, etc.) 4. Point of contact information for vendor, Cage Code, and D&B Number. 5. Any other information that will prove the vendor is capable of performing the required effort. In order to be responsive to this Notice, a firm must provide the appropriate documentation for consideration by December 13, 2018. Responses that do not comply with these procedures will not be considered. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for quotations. The Government does not intend to award a contract based on responses received under this announcement. Inquiries will only be accepted by e-mail to Trisha Beals at tbeals@usgs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0219Q0017/listing.html)
 
Record
SN05167941-F 20181208/181207065831 (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.