SOURCES SOUGHT
F -- Environmental Analytical and Data Validation Services
- Notice Date
- 2/15/2024 1:46:24 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW-24-SS-0YV9
- Response Due
- 2/28/2024 3:00:00 PM
- Archive Date
- 03/14/2024
- Point of Contact
- Kyla Couch, Caroline Mueller
- E-Mail Address
-
kyla.m.couch@usace.army.mil, caroline.b.mueller@usace.army.mil
(kyla.m.couch@usace.army.mil, caroline.b.mueller@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis announcement for information purposes only, to be used for market research and preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation nor a Request For Proposal (RFP), and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The primary intent of this Sources Sought is to determine interest, availability, and capability of 8(a), HUBZone, Veteran/Service-Disabled Veteran-Owned, Women-Owned, Small Business, and other than Small Business concerns. The North American Industry Classification (NAICS) code for the work is 541380 Testing Laboratories Services, with a size standard of $19M. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The U.S. Army Corps of Engineers (USACE), Seattle District (NWS) anticipates soliciting and awarding one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Analytical and Data Validation Services. Both large and small business firms are encouraged to respond to this Sources Sough synopsis.� DESCRIPTION OF THE PROPOSED PROJECT: The anticipated IDIQ is intended to consist of a five (5) year period (one base year and four option years) with a capacity of $1,000,000 for the life of the contract. Work anticipated under this procurement will consist of analytical/testing laboratory services to provide chemical analysis and validation in variety of matrices (e.g., soil, water, sediment, air, biota, and chemical products Interested firms would have capabilities to provide professional scientific and technical services to perform bioassay, chemical analysis, and physical testing pursuant to Federal, State, County, and local laws and regulations (e.g.. Washington State Model Toxics Control Act Regulation (MTCA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Toxic Substances Control Act (TSCA), Clean Air Act, and Clean Water Act). Department of Defense (DOD) Environmental Laboratory Accreditation Program (ELAP) accreditation and/or other state accreditations will be required to be obtained to complete requirements for the potential single award task order contract. Data verification and validation is also needed and will need to be performed by a party independent or external of the analytical lab. This involves performing full data validation and verification against criteria established within the analytical method, DOD Quality Systems Manual (QSM), U.S. Environmental Protection Agency (EPA), or other method as required by the task order. Multi-Agency Radiological Laboratory Analytical Protocols (MARLAP) will be used for radiological parameters. Samples may be submitted from: Washington, Oregon, Idaho, and Montana. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages (Exclude Joint Venture and Bonding information from page count) and include the following: Firm�s name, address (mailing and URL), point of contact, phone number and email address. � Cage Code and UEI number � Firm�s North American Industry Classification System (NAICS) code(s). � Interested Firm�s business classification, (i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business)). � A capability statement expressing interest in this requirement, describing the company and its capability to provide analytical services/laboratory testing, reporting, and validation services. Include a statement detailing any special qualifications or certifications applicable to the scope of the work, held by the company. � Three to five examples of similar past projects, preferably as the Prime Contractor. A firm may submit a capability statement that includes the expertise of large/small business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the tasks that the businesses intend to perform and the specific areas.�Refer to teaming arrangement and subcontracting requirements pursuant to the FAR clause at 52.219-14, entitled��Limitations�on Subcontracting"". � Of the total summary Description of Proposed Project: Identify your intentions to either: (i) pursue a Joint Venture or some other form of teaming arrangement to perform the work and/or (ii) subcontract any work. Do you believe all aspects of the project could be performed by the small business sector?� ___ Yes���� ��___ No (Check one) As a ___ large business / ___ small business, what estimated percentage of the TOTAL project would you self-perform?�� ____% Please specify/describe which areas are best suited for subcontracting to the small business sector. Given your best estimate, what percentage of the total contract value could be subcontracted out to small businesses: � Firm�s Joint Venture Information, if applicable. Submission of interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. Interested offerors shall respond to this Sources Sought no later than 1500 hours, Pacific Standard Time, on 28 FEB 2024. Email responses to Kyla Couch, Contract Specialist, at Kyla.M.Couch@usace.army.mil. Office Small Business Programs POC: enshane.nomoto@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7774dafbfb4844ad807a04ce3457cab5/view)
- Place of Performance
- Address: Seattle, WA, USA
- Country: USA
- Country: USA
- Record
- SN06968268-F 20240217/240215230059 (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 |