Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

99 -- HEAVY METAL PAINT SAMPLING

Notice Date
11/3/2022 10:22:41 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVSUP FLT LOG CTR PUGET SOUND BREMERTON WA 98314-5100 USA
 
ZIP Code
98314-5100
 
Solicitation Number
N6275823RCUS723
 
Response Due
11/10/2022 2:00:00 PM
 
Point of Contact
Jeff Bulthuis
 
E-Mail Address
jeffrey.s.bulthuis.civ@us.navy.mil
(jeffrey.s.bulthuis.civ@us.navy.mil)
 
Description
Sources Sought Synopsis Announcement Heavy Metal Paint Sampling Fleet Logistics Center (FLC) Puget Sound is posting a sources sought synopsis as a means of conducting market research to identify parties having an interest and recourse to support the requirement for heavy metal paint sampling for Ship Repair Facility-Japan Regional Maintenance Center (SRF-JRMC). � The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380 with a small business size standard of $16,500,000.� The results of this market research will contribute to the decision whether to set-aside this requirement for small business concerns and determine what type of contract is appropriate. No feedback or evaluations will be provided, via telephone or otherwise, regarding any submissions on this sources sought announcement. Description of Supplies/Services The purpose of this acquisition is to provide technical analysis of environmental samples to U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) to ensure compliance with applicable regulations to help set forth control measures and health practices for employees involved in protective coating, paint removal, and paint sampling operations. This will help establish SRF-JRMC regulatory requirements that meet the standards and prevent or minimize to as low as achievable personnel exposure to toxic metals and crystalline silica. The primary metals of concern are lead, chromium, and cadmium and any of their derivatives/forms. Other metals would be addressed on a case-by-case basis, e.g. arsenic, barium, mercury and beryllium. Pertinent Information 1. Place of Performance: Vendor�s laboratory. 2. Tentative Period of Performance: 01 January 2023-31 December 2023 3. Technical Requirements: All services performed under this contract shall be conducted by a qualified laboratory. The contractor shall submit laboratory certificates from the appropriate agencies to the Government POC indicating that the laboratories are validated and/or certified to conduct the United States Environmental Protection Agency (US EPA) methods and/or the Japanese methods for sampling and environmental analysis. U.S. analytical laboratories must be certified and/or accredited by US EPA or a State Laboratory Certification Program. Japanese analytical laboratories must be a laboratory registered and/or certified to conduct analyses by the Japanese national, prefectural and/or local government. Samples will be sent to the contractor for analysis using Government approved methods. The contractor shall process and submit reports to SRF-JRMC for samples collected within five to ten working days after the laboratory receives the samples. The contractor shall process and submit reports to SRF-JRMC personnel for samples collected within the requested turn-around times after the laboratory receives the samples. Expedited samples may be required throughout the year. These samples are required as a result of unexpected or critical events that occur and need immediate analysis. The contractor shall expedite processing and submit reports to SRF-JRMC personnel within 24 hours� time from when the laboratory receives the samples. The contractor shall prepare a written analytical reports that contains the results of the analysis performed. Once analysis is complete, the contractor is responsible for disposal of the samples. 5. References: The following references are applicable and the contractor must comply/have knowledge of the references listed: A. 29 CFR Part 1915, Occupational Safety and Health Standards for Shipyard Employment B. 29 CFR Part 1910, Occupational Safety and Health Administration, Department of Labor C. 29 CFR Part 1926, Occupational Safety and Health Administration, Hexavalent Chromium Standards for Construction. D. NAVSHIPREPFACINST M-5100.8 (Series), Safety and Health Program Manual E. OPNAVINST 5100.23 (Series), Navy Safety and Occupational Health Manual F. S9086-VD-STM-010/CH-631, (Series) Preservations of Ships in Service � General G. NAVSEAINST 5100.17 (Series), Occupational Safety and Health Control Manual (OSHCM) for Naval Shipyards H. Memo Ser 106/59-2,1 dtd 14 April 2021, Protective Coating/Paint Removal Assessment Procedures Submission Instructions Interested parties who consider themselves qualified to perform this requirement are invited to submit a response to this Sources Sought Synopsis Announcement by 10 November 2022. All responses to this notice shall be emailed to Jeff Bulthuis Jeffrey.s.bulthuis.civ@us.navy.mil If your organization has the capability to perform all the stated requirements, please provide the following information. 1. Organization name, address, Cage Code, email address, website, telephone number, large or small business size status under NAICS Code 541380, and 2. Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of capability. If significant subcontracting or teaming is anticipated in order to perform these services organizations should discuss the administrative and management structure of such arrangements. THIS IS NOT A REQUEST FOR PROPOSAL. This request for sources sought does not constitute a request for proposal; submissions of any information in response to this market survey is purely voluntary and the Government assumes no financial responsibility for any costs incurred.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3859b577306f4e829aba6136a817e1df/view)
 
Record
SN06509874-F 20221105/221103230104 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.