Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1996 PSA#1547

Bechtel National, Inc., 401 West A St., Ste 1000, San Diego, CA 92101-7905

L -- ANALYTICAL LABORATORY SERVICES TO SUPPORT ENVIRONMENTAL INVESTIGATIONS AND REMEDIATIONS POC Mark S. Swenson, Contracts/Purchases Specialist, (619)687-8727. Bechtel National, Inc. (BNI) will be issuing a Request for Proposal for qualified analytical laboratories to support environmental investigations and remediations being performed as part of the Comprehensive Long Term Environmental Action Navy (CLEAN) Program. The RFP is expected to result in more than one award and will be for general analytical services to perform organic (e.g., GC,GC/MS,HPLC), metals (ICP,ICP/MS,AA), inorganic, wet chemical, and physical analysis, in addition to ``specialty'' analytical services to include: radiological, dioxins, mobile laboratory, air analysis, asbestos, bioassay/toxicity testing, and microbiological testing. Mobile laboratory services will primarily support organic analysis (e.g., GC, GC/MS,IR), and may also include metals, inorganic, wet chemical, and immunoassay analysis. It is anticipated that the RFP will request team-based services, where general analytical services are provided by the primary laboratory and specialty services are provided by one or more lower-tier laboratories. The primary laboratory would assume administrative, technical, and QA/QC oversight responsibilities for their lower tier subcontractors. The anticipated teaming relationships will not include network laboratories for general analytical services. The prerequisite capabilities considered for receipt of the RFP will be (a) the necessary facilities, equipment, and personnel to perform these analyses on water, soil, and other matrices as required; (b) extensive experience with the following protocols and associated Quality Assurance (QA) requirements: EPA SW-846 methods (and EPA methods for air, asbestos, radiological samples), EPA Contract Laboratory Program (CLP) SOW procedures, Standard Methods for the Examination of Water and Wastewater, EPA 100, 200, 300, 400, and 600 series methods, and appropriate ASTM methods (e.g., for physical testing, microbiological assays); (c) state certification in California (d) additional state certifications, including Arizona, Washington, Oregon, New Mexico and Alaska; (e) compliance with the Naval Facilities Engineering Service Center (NFESC) ``Navy Installation Restoration Laboratory Quality Assurance Guide,'' dated February 1996 (replaces ``Sampling and Chemical Analysis Quality Assurance Requirements for the Navy Installation Restoration Program,'' NEESA 20.2-047B, dated June 1988); (f) past performance evaluation (PE) sample analyses within the last two years; and (g) BNI accepted Laboratory Quality Assurance Plan. The successful offerors will be subject to the NFESC laboratory approval process. The successful offeror(s) and the lower tier subcontractors will be subject to audits by BNI. BNI is requesting that all qualified and interested analytical laboratories (including proposed laboratory teams) submit sufficient information to show compliance with the above prerequisites which shall include, as a minimum, the following: (1) list of applicable experience with environmental sample analysis programs including those for any government agency; (2) documentation of current certifications; (3) documentation of PE program results over the last two (2) years (e.g., EPA WS/WP,EPA/CLP,EMSL or EML radiological, DoD Agency, state agency programs); (4) current equipment inventory and laboratory facility description with diagram(s) or floor plans; (5) current organizational chart (to include proposed lower-tier specialty teaming laboratories); (6) resumes of current key personnel; (7) description of proposed analytical services capabilities (including proposed lower-tier specialty laboratories); (8) controlled copy of Laboratory Quality Assurance Plan addressing personnel training, sample custody, QC protocol, data review and reporting, corrective action, document control, audits and approvals (QA plan may also include items 2-7 above); (9) statement of corporate commitment to this program; (10) representation as to whether your firm is a large, small, small disadvantaged, and/or small woman-owned concern; (11) statement that the laboratory(ies) is(are) not currently prohibited from doing business with any government agency. Qualification packages will be evaluated and those firms deemed to meet the prerequisites will be provided a RFP. The qualification packages shall not exceed fifty (50) pages. Written submittals should be made to: Bechtel National, Inc., 401 West A Street, Suite 1000, San Diego, CA 92101-7905, Attention: M.S. Swenson. Telephone requests will not be accepted. Responses not received at the above address within fourteen (14) calendar days of the date of this announcement may not be considered for receipt of the RFP. This is not a Request for Proposal or Invitation to Bid. (066)

Loren Data Corp. http://www.ld.com (SYN# 0058 19960307\L-0001.SOL)


L - Technical Representative Services Index Page