Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SPECIAL NOTICE

66 -- Custom Sampling Station Development Manufacturing and Analysis in support of the Naval Submarine Medical Research Laboratory Submarine Atmosphere Health Assessment Program

Notice Date
7/21/2023 6:51:26 AM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6264523R0041
 
Response Due
7/31/2023 6:00:00 AM
 
Archive Date
08/31/2023
 
Point of Contact
Cheryl Vendemia, Phone: 3016198419
 
E-Mail Address
cheryl.r.vendemia.civ@health.mil
(cheryl.r.vendemia.civ@health.mil)
 
Description
The Naval Medical Readiness Logistics Command (NMRLC) intends to negotiate on a sole source basis a requirement for sampling station development, manufacturing, and sampling station processing in support of the Naval Submarine Medical Research Laboratory (NSMRL) Submarine Atmosphere Health Assessment Program (SAHAP) to Assay Technology, Inc., 1382 Stealth Street, Livermore, CA 94551-9356. This requirement is a follow-on to contract N6264518D5054 awarded to Assay Technology, Inc. The contracted laboratory must 1) be a certified industrial hygiene laboratory, in accordance with the specifications of the American Industrial Hygiene Association (AIHA) and 2) have the capability to develop, manufacture, and deliver the items outlined below according to the specifications outlined in this notice, and as outlined in executed delivery orders. The contracted laboratory must possess the ability process and deliver data reports on all Sampling Stations once returned by NSMRL after exposure according to the specifications outlined in this notice, and as outlined in executed delivery orders. This requirement is for up to 1,200 Sampling Stations from the contractor per year, for up to 6,000 Sampling Stations for the 5-year ordering period. The quantity and type of sampling stations required for each order may vary; 5-day and 28-day exposure rates are required. For each delivery order, NSMRL will require single badges of two different sizes, or groups of four (4), five (5), or six (6) Air Sampling Disks and Sampling Disk Filters, based on project data requirements. Air Sampling Disks will be chosen from the Air Sampling Disk table provided in the attachment to this notice. Orders will specify Sampling Disk Filter types, appropriate for either a 5-day or 28-day exposure time. Sampling Station and individual Sampling Disk labels will also be specified with each order. NSMRL requires the Sampling Stations to be custom manufactured and delivered at the expense of the contractor within three (3) weeks of the order date. Sample Badges and Sampling Stations. Sampling Badges must consist of a single circular button having nominal dimensions of 1� diameter. Sampling Stations must consist of either four (4), five (5), or six (6) independent Air Sampling Disks integrated into a single rectangular plastic assembly having nominal dimensions of 3� x 4.5� x 0.5�. Sampling Badges and Sampling Stations must both incorporate one or more perforations (holes) to secure the Sampling Station to a submarine bulkhead, or similar fixture. Sampling Stations consisting of only four (4) or five (5) Air Sampling Disks must be manufactured in the same six-disk form factor discussed above, with one or two Air Sampling Disk blank/empty. Sampling Badges and Sampling Stations must be constructed of rugged, flexible plastic (e.g., polyolefin or fluorinated polyolefin) that is non-reactive with the Sampling Media to be used in the Air Sampling Disks and applicable Analytes. Sampling Stations, when complete, shall be packaged in a flexible, hermetically sealed, metal foil pouch (nominal 8� x 5�) that is impermeable to contaminants. A second manually closeable, metal foil pouch (nominal 9�x 5.5�) must be provided for return shipment of the Sampling Station to the contractor�s laboratory for processing. Sampling Badges and Independent Air Sampling Disks within Sampling Stations. Each Sampling Badge and each independent Air Sampling Disk within the Sampling Stations must be constructed of the same non- reactive plastic as the Sampling Station and must incorporate a sequential component stack consisting of: (a) a non-reactive support material; (b) Sampling Media; (c) Sampling Filter; (d) a hinged plastic cap attached to each Air Sampling Disk. Two types of Sampling Filters must be provided to generate two different exposure periods: a plastic cover consisting of a grid of holes to generate a 28-day exposure period, and a semi-permeable membrane filter to generate a 5-day exposure period. Individual markings for individual Air Sampling Disks and Sampling Stations will also be specified with each order. Analysis and Reporting Requirements. The Government will return up to 1200 Sampling Stations per year, to the contractor for processing. Sampling Stations will be stored frozen after the exposure period is completed and will be shipped at the Government�s expense to the contracted laboratory on dry ice. The contractor shall remove the independent Air Sampling Disks and their sampling Media to process each for content of the Analyte(s). The time-weighted average concentration of each Analyte shall be computed from the quantity of Analyte found and the sampling time reported for each Air Sampling Disk. Processing of custom sampling stations that are returned to the contractor after exposure must be completed within three (3) weeks of receipt. The results of completed processing shall be reported in the form of an Excel spreadsheet and shall be emailed to a NSMRL provided point of contact. The report shall include: the hull number of the appropriate submarine, dates sampled, analytes sampled, and time-weighted average concentration in parts per million (ppm). If capable sources are not identified through this notice, NMRLC intends to award a sole source contract under the authority of FAR 13.501(a)(1) to Assay Technology, Inc., 1382 Stealth Street, Livermore, CA 94551-9356. This notice is not a request for competitive proposals and no solicitation document exists for the requirement.� Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work.� Capability statements shall not exceed 1 (8.5 x 11 inch) page using a font size no smaller than 10-point.� All capability statements received by the due date of this notice will be considered by the Government.� A request for documentation or additional information will not be considered as an affirmative response.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due no later than 9:00AM Local Time, 31 July 2023. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: cheryl.r.vendemia.civ@health.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de558fda7e6f430aa1b5648f66837059/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06758564-F 20230723/230721230043 (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.