SOURCES SOUGHT
F -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ENVIRONMENTAL SERVICES TO INCLUDE SAMPLING, FIELD AND LABORATORY TESTING, AND CONTRACT TASK ORDER/FEDMALL ORDERS MANAGEMENT SERVICES, TO VARIOUS NAVAL AND MARINE CORPS INSTALLATIONS, FROM LOCATION
- Notice Date
- 9/8/2021 2:40:01 PM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N62473-21-S-1183
- Response Due
- 10/1/2021 11:00:00 AM
- Archive Date
- 10/02/2021
- Point of Contact
- Monica Hernandez, Phone: 619-705-5417, Christine Reyes, Phone: 619-705-5660
- E-Mail Address
-
monica.hernandez1@navy.mil, christine.reyes@navy.mil
(monica.hernandez1@navy.mil, christine.reyes@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a solicitation for Environmental Laboratory services and compliance. �This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command, Southwest (NAVFAC Southwest), implied or otherwise, to issue a solicitation or ultimately award a contract. �An award will not be made on offers received in response to this notice. �The Government is not responsible for the cost associated with any effort expended in responding to this notice.� All Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB) certified under the Small Business Administration�s (SBA�s) 8(a) Business Development Program, Historically Underutilized Business Zone Small Businesses (HUBZone SB) certified by SBA, and all other small businesses are encouraged to respond. If you are a HUBZone or an 8(a) Small Business, please submit the SBA Certification Letter or contract information for assigned SBA Business Development Specialist. Responses to this notice will determine the feasibility and/or basis for the Navy�s decision to proceed with an acquisition. �Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. �The Government is not obligated to and will not pay for any information received from potential sources as a result of this Synopsis. �Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. �The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The work will be performed at United States Navy, and Marine Corps Installations and associated Special Areas primarily in California and to a lesser extent in Arizona, Hawaii, Nevada and Washington. Laboratory testing of samples sent by customers from any global location may be required. Collection of samples at customer locations may be required from the NAVFAC SW geographic area of responsibility, NAVFAC Northwest and NAVFAC Pacific. These services will be provided under, but not limited to, regulatory compliance programs, including but not limited to the following: the Environmental Protection Agency (EPA); Resource Conservation and Recovery Act (RCRA); Clean Water Act (CWA); Safe Drinking Water Act (SDWA); Toxic Substance Control Act (TSCA); Asbestos Hazardous Emergency Response Act (AHERA) (for asbestos surveys and re-inspections); National Emissions Standards for Hazardous Air Pollutants (NESHAPE); Department of Navy (DoN) Environmental Restoration (ER) program; Occupational Safety and Health Administration (OSHA); United States Department of Housing and Urban Development (HUD) (for lead based paint inspections). Environmental sample matrices may include drinking water, wastewater, groundwater, soil, sludge, oil, solid, air, and other environmental matrices. Field and laboratory testing may include physical, chemical, radiological, biological and other environmental testing. The DRAFT Performance Work Statement (PWS) is hereby attached via Attachment 1. It is anticipated the proposed contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type. The work includes sampling, field and laboratory testing, and customer management services. Contract term is planned for a base year, and four (4) one year option periods, for a total contract life of five (5) years. Estimated contract value $40M. IDIQ work will be ordered either using FedMall or using contract task orders (CTOs) as appropriate. The potential IDIQ requirements includes but not limited to Compliance analyses (i.e. field testing, bacteriological, bioassay, general chemistry, semi volatiles, and volatiles) Asbestos and lead base paint; and Miscellaneous parameters (Table 1). For reference, purposes only, Historical Workload is hereby attached (Table 2). The majority of the work description in the Draft/preliminary (PWS) requires direct customer interface to assess customer needs, followed by implementation and coordination of cost-effective, timely, and regulatory compliant services. CTO/FedMall orders management requirements involve key elements such as; scheduling of resources for sample collection, performing and documenting field tests; timely generation of customer reports, and implementation and monitoring of quality assurance and quality control practices. The generation of customer reports may include, but are not limited to, review of data reports from laboratories, and assembly of multiple laboratory data into a cohesive final data package. A final completed laboratory report delivery may require hardcopy, pdf/web portal and/or government approved electronic data deliverable format, as hereby attached and reflected in as Specification examples on Attachment 2a, 2b, 2c, 2d. The contractor will be provided Government furnished facilities where work reception requirements will be performed. The estimated size of the facilities is 4,000 sf and located within the San Diego County. . The purpose of this notice is to determine if there are qualified Small Business (SB) of any category and Large Businesses (LB) who have the experience to meet and perform all of the requirements, and if such firms are interested in this procurement. The NAICS code for this proposed procurement is 541380 (small business size standard is $16.5 million).� Responses to this Sources Sought Notice should reference the Sources Sought Number (N62473-21-S-1183) and shall include the following information: � Provide a positive statement of your interest in the procurement. Business Size: Identify your business size (SB, SDVOSB or LB), and/or intention to team or joint venture. Teaming Arrangement and Joint Venture companies shall be identified/ proposed (to include business size). If this solicitations is issued as a small business set-aside, FAR Clause 52.219-4 (1) Services will be applicable. If you are a small business, how do you propose to meet this requirement, which requires at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Experience of the firm/team/JV in performing and completing similar work as the proposed requirement. To include the following information by contract: Name and contact information for the Agency/Owner Contract number Description of work Dollar value of work Geographic location(s) of work Example of types of sampling and tests Management/staffing of laboratory and associated services and Use of Government approved information technology system(s) or other. ������ A response to the following questions is requested: It is anticipated proposers will distribute the cost of FedMall or CTO management (to include work reception), across the contract IDIQ Exhibit Line Item Numbers (ELINs)/tests. Please discuss how this format (i.e. FedMall or CTO) may impact the contractor�s ability to successfully complete the work. Discuss how your company handles positive notification of coliform, Escherichia coil (E.coli). Include how customers would be notified for positive results reporting. Discuss what corrective action measures would be taken to prevent false positive reporting. In addition, discuss how this format impacts the contractor�s ability to successfully complete the work. Bacteriological testing of coliform, E. coli and heterotrophic Plate count (HPC) should be performed the same day the sample is collected. For example: A drinking water sample is collected at 4:00 p.m. on October 1, 2021 (Friday), therefore the expectation is the contractor will start the analysis on the same day. For this bacteriological scenario, the results for Coliform and E.coli would be available with 24 hours or October 2, 2021 (Saturday) and the HPC would be available with 48 hours or October 03, 2021 (Sunday). Please discuss how this format (based on the example provided), impacts the contractors ability to successfully complete the work. Do you have FEDMALL experience for Environmental services or any other type of contracts? Please explain. Will your company need training in FedMall procedures to meet the upcoming requirement and if so, how long will it take your company to be sufficiently trained regarding FEDMALL procedures? Based on your knowledge and/or research of potential FedMall integration in the mentioned solicitation, could you quantify the expected cost impact of FedMall option integration in addition to CTO framework, if extra effort will be required? �Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary expertise, experience and financial capability to compete for this acquisition. Submissions are not to exceed ten (10) typewritten pages in no less than 12 pitch font. �No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls or emails will be accepted for requests for a bid package or solicitation packages because there is no bid package or solicitation available at this time. � Please submit your interest and capability statement via email to Monica Hernandez, monica.hernandez1@navy.mil or Christine Reyes, christine.reyes@navy.mil no later than October 01, 2021. Disclaimer: This sources sought is issued solely for information and planning purposes only does not constitute a solicitation. All information received in response to this marked as propriety will be handled accordingly. In accordance with 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 notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/33ff466b339f4d8995afb17ea78e0982/view)
- Place of Performance
- Address: San Diego, CA 92132, USA
- Zip Code: 92132
- Country: USA
- Zip Code: 92132
- Record
- SN06126256-F 20210910/210908230134 (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 |