Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

B -- Analytical Services for LRH Water Quality Monitoring Program

Notice Date
3/25/2020 9:09:24 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-SS14
 
Response Due
4/24/2020 2:00:00 PM
 
Archive Date
05/09/2020
 
Point of Contact
Andrea C. Skean, Phone: 3043995228, Ginny M. Morgan, Phone: 3043995963
 
E-Mail Address
andrea.c.skean@usace.army.mil, ginny.m.morgan@usace.army.mil
(andrea.c.skean@usace.army.mil, ginny.m.morgan@usace.army.mil)
 
Description
This is a Market Research and Sources Sought Notice for information on capability and availability of potentially qualified large and small business contractors to provide analytical services for LRH Water Quality Monitoring Program. This is a SOURCES SOUGHT synopsis and is not a solicitation announcement.� The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified businesses to establish an Indefinite Delivery-Indefinite Quantity (IDIQ), firm-fixed price contract.� This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.� NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation.� It should not be construed as a commitment by the Government for any purpose.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The proposed IDIQ would have a performance period of five years (one (1) year base period with four (4) one year option periods) with an approximate not-to-exceed amount of $1,070,000.00. Work will primarily involve analysis of various samples collected as part of the LRH Water Quality Monitoring Program and providing a courier service to pick up said samples for analysis. The Contractor may be required to retrieve samples from anywhere within the boundaries of the US Army Corps of Engineers Huntington District. Contractor shall demonstrate through a prepared capabilities statement, national and/or state certifications, and supporting customer feedback documentation the ability to provide the following analytical services and capabilities: Analyses of water, sediment/soil, elutriate, chlorophyll, phytoplankton, and benthic macroinvertebrate samples Analyses using Standard Methods (APHA), EPA, USGS, Lachat, and/or ASTM approved methods as applicable Ability to meet the method detection limits (MDLs) as described in the line item schedule Ability to prepare Excel spreadsheets and PDF reports of sample results Sufficient internal quality control measures such as lab duplicates, method blanks, matrix spikes, etc, as well as internal review of results packages Providing a courier service to pick up samples within the boundaries of the LRH District Ability to meet a 2-month turnaround time for delivery of sample results Ability to perform at least 60% of the required workload in-house Contractor staff will be required to retrieve samples from Federal Government property, and therefore must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 �Policy for a Common Identification Standard for Federal Employees and Contractors.� Sources for Small Business concerns are being sought for firms with a North American Industrial Classification System Code (NAICS) of 541380, which has a size standard of $16,500,000.00. Responses are requested with the following information, which shall not exceed a total of 15 pages front and back. � 1) Offeror's name, DUNS number, address, point of contact, phone number, and e-mail address.� 2) Offeror's interest in proposing on a solicitation, if issued.� 3) Offeror's capability to perform a contract of this complexity and examples of comparable work performed within the past 10 years. 4) Offeror�s professional qualifications, registrations, and/or certifications. 5) Offeror�s capacity to perform up to approximately $1.5M in work over the course of the contract period and accomplish the anticipated work in an efficient and quality manner. 6) Verification of any Small Business Administration (SBA) certification(s), if applicable. NO HARDCOPY RESPONSES WILL BE ACCEPTED.� ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email address:� Andrea.c.skean@usace.army.mil� The subject line of the email will reference the Market Research number W91237-20-R-SS14 and submittals are due no later than April 24, 2020. Electronic submittals will be retained for future reference, however, they are to be considered source sensitive and not subject to public disclosure.� A response to this sources sought is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities.� This is not a Request for Quote, only a Request for Information, and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited.� The responses will be reviewed to determine what categories of small business are interested in the procurement and, of those who submit a response, which are capable of performing the above types of work.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/086f33b8c5924b02954994088efadead/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN05600454-F 20200327/200325230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.