Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

A -- yct-NONPERSONAL SERVICE FOR Bioenvironmental Chemical testing of Base Water samples

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-04-T-0186
 
Response Due
9/24/2004
 
Archive Date
10/24/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested. A written solicitation will not be issued. Solicitation No. FA8601-04-T-0186 is issued as a Request for Quote (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2001-05. The associated NAIC Code is 541380-$100,000,000. This requirement is a 100% Small Business Set-Aside. Request quote for Base Year (1 Oct 2004-30 Sep 2005 ) and One Option Year (1 Oct 2005-30 Sep 2006). Tests required: Coliform Analysis est. 253; Special Coliform Analysis est. 120; Special HPC est. 100 and Trip Charge est. 77 trips. All work to be performed in accordance with the Statement of Work below: STATEMENT OF WORK FOR BIOENVIRONMENTAL ENGINEERING COMPLIANCE WATER SAMPLING dated 1 Sep 2004 1. DESCRIPTION OF SERVICES. 1.1. SCOPE OF WORK. The Contractor shall provide all necessary labor, supplies, and equipment to accomplish total coliform, fecal coliform, heterotrophic plant count (HPC), legionella, microbiological speciation, and chemical testing of water samples for compliance with the Safe Drinking Water Act (Public Law 93-523), Ohio Environmental Protection Agency (OEPA) Standards and Air Force Instruction 48-119, ?Medical Service Environmental Quality Programs.? Contractor shall use EPA-approved analytical methods as outlined in the Code of Federal Regulations 40 CFR 141.21 and contained the most recent edition of ?Standard Methods for the Examination of Water and Wastewater? published by the American Public Health Association. The Contractor shall perform Total coliform and HPC on a routine basis. Other tests will be conducted on an emergency basis. The Contractor shall produce hard copy documentation of any and all results for the Bioenvironmental Engineering Flight (BEF), at Wright Patterson Medical Center. 1.2. PERSONNEL. 1.2.1. POINT OF CONTACT. The Contractor will provide a point of contact (POC) responsible for the performance of the work. The POC shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. An alternate, or alternates, may be designated, but the Contractor shall identify those times when the alternate shall be the primary POC. The Contractor shall notify the government prior to any change in management. 1.2.2. AVAILABILITY. The Contractor shall be available for normal service and to provide technical advice pertaining to water sampling and analysis Monday through Friday, 7:30 A.M. until 4:30 P.M. The contractor shall provide a mechanism to be contacted on an unscheduled or emergency basis after 4:30 P.M. weekdays and on weekends and holidays. In addition to Good Friday, the following are observed federal holidays: New Year?s Day, Martin Luther King Jr.?s Birthday, Presidents? Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans? Day, Thanksgiving Day, and Christmas Day. 1.3. SAMPLING REQUIREMENTS. 1.3.1. SUPPLIES. 1.3.1.1. ADMINISTRATIVE. The Contractor shall supply all business forms and labels necessary for sample collection and analysis. 1.3.1.2. SAMPLING MEDIA. The Contractor shall provide all necessary sterile 100 ml water collection bottles, for total coliform analysis, which have been chemically treated as required by the prescribed analytical method. The Contractor shall provide all necessary 250 ml collection bottles for fecal coliform analysis. The Contractor shall provide all necessary collection bottles and any sample preservations for aerobic and facultative anaerobic heterotrophic bacteria analysis using the HPC technique. The contractor shall provide all necessary collection supplies for emergency inorganic or organic analyses, to include microbiological speciation, chemical analysis, and legionella sampling. 1.3.2. SAMPLES. 1.3.2.1. ROUTINE SAMPLES. Government personnel will collect approximately 15-25 routine drinking water samples every month for total coliform analysis. In addition, quarterly and annual special sampling requires approximately 50-150 samples for total coliform analysis and approximately 30- 50 samples for HCP analysis. 1.3.2.2. NON-ROUTINE AND NON-SCHEDULED SAMPLING. Approximately 50-100 additional unscheduled and repeat samples may be submitted annually for total coliform analysis to ensure constant potability of the base water system. These samples intermittently, and with little or no notice, may be required to be analyzed after normal business hours (after 4:30 PM) and on weekends and holidays. Since the timing and frequency of this sampling cannot be projected, the Contractor shall have a mechanism in place to support this requirement as necessary. 1.3.2.3. EMERGENCY AND QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) SAMPLING. Samples considered ?emergency? or ?QA/QC? pose possible acute health risk to base personnel or critical Air Force mission needs. The BEF Drinking Water Program Manager, or alternate, will determine what type of emergency or QA/QC sampling is required: legionella, microbial speciation, or organic or inorganic chemical analysis. The Contractor is required to consider samples submitted for emergency or QA/QC analysis as their first priority and all emergency or QA/QC samples as ?same day? or ? weekend analysis required? samples. The Contractor shall analyze Emergency or QA/QC samples using OEPA approved techniques as soon as possible and as fast as the approved analytical method allows. The Contractor shall provide a current commercial price list to the BEF and the CO. This listing shall include the most likely emergency analysis for drinking water, for example legionella, microbial speciation, and organic or inorganic chemical analysis. The Contractor shall inform the BEF and the CO when any price changes are made. If an emergency sample is identified that is not covered on the price listing or will be subcontracted, the Contractor shall provide the government a price prior to submitting the sample. This price shall include any applicable subcontractor prices (i.e. rush charges, shipping, discounts). 1.3.3. REPORTING. 1.3.3.1. POSITIVE RESULTS AND EMERGENCY SAMPLES. 1.3.3.1.1. DUTY HOURS. Results indicating the presence or absence of any contaminant from emergency sampling or positive Total Coliform and HPC samples shall be phoned to BEF personnel within one hour of result findings. To report during normal duty hours, 7:30 A.M. until 4:30 P.M. Monday through Friday, the contractor shall call the BEF point of contact (POC). The BEF will provide a list for the POC and alternates. Updates will be delivered to the Contractor as needed. The Contractor shall not leave a voicemail message, fax, or electronic mail notification for these results. The Contractor shall continue to call until BEF personnel are contacted. 1.3.3.1.2. NON-DUTY HOURS. Positive total coliform and HPC results and emergency sampling results shall be reported to the Wright Patterson AFB Emergency Room at 937-257-2968 or the Base Command Post at 937-257-2927 after 4:30 P.M, on weekdays and on weekends. The Contractor shall leave a description of the problem, sample number, location of the positive result, and a contact phone number with the ER or Base Command Post dispatcher. The dispatcher will pass the information to the ?on-call? BEF personnel. The contractor shall not leave a voicemail message, fax, or electronic mail notification for these results. The contractor shall continue to call until either ER or Base Command Post dispatcher is contacted. 1.3.3.2. NEGATIVE RESULTS. Within 24 hours the contractor shall report negative routine, quarterly, and annual results for total coliform and HPC to the BEF POC by phone. The contractor shall not leave a voicemail message, fax, or electronic mail notification for these results. The BEF will provide a list for the POC and alternates. Updates will be delivered to contractor as needed. The contractor shall also provide a written analysis report for each sample and deliver reports to the BEF during the proceeding scheduled pick up of routine water samples. 1.3.4. TRANSPORTATION OF WATER SAMPLES. 1.3.4.1. ROUTINE SAMPLES. The Contractor shall pick-up and transport all routine water samples to the contract laboratory. The Contractor shall pick-up all routine samples on Mondays between 1:00 P.M. and 3:00 P.M. from the BEF office located in Building 675, Area B, Wright-Patterson AFB, OH 45433. However, if routine water sampling is not permitted due to inclement weather, a BEF representative will notify contract lab personnel and coordinate an alternate non-scheduled pick-up date with the contractor. 1.3.4.2. NON-ROUTINE AND SCHEDULED SAMPLES. The Contractor shall pick- up and transport all non-routine, scheduled samples, including quarterlies, annuals, and repeats, as needed. Bioenvironmental Engineering will provide a 24-hour notice. 1.3.5. EMERGENCY SAMPLES. The Contractor shall pick-up and transport emergency samples to the laboratory. The contractor shall provide primary and alternate telephone numbers for BEF personnel to call for notice of emergency water sample pick-up. 1.4. LABORATORY REQUIREMENTS. 1.4.1. VALIDATION OF QUALIFICATIONS. The Contractor?s laboratory shall maintain certification by the OEPA to perform analysis of drinking water samples. The contractor shall notify the government within 7 calendar days of changes in certification status. Contractor shall provide a copy of Quality Assurance/Quality Control (QA/QC) protocols prior to the award of the contract and annually thereafter. Contractor shall disclose any non-compliance activity cited by the OEPA during the last two years. Contractor shall inform the contractor officer of any non-compliance activity cited by the OEPA during the life of the contract. 1.4.2. EMERGENCY AND QA/QC SAMPLING QUALIFICATIONS. The Contractor shall be certified and operationally capable of performing legionella, microbiological speciation, and chemical analysis for organic or inorganic materials, as required by the government representative during emergency situations or QA/QC procedures. The Contractor shall inform the BEF if the contractor does not have state certification to run the sample for a particular constituent. The Contractor is responsible to ensure subcontractors used in the performance of this contract are state-certified, when the OEPA requires certification for compliance samples. The Contractor shall provide written documentation of certification for any subcontractors. 2. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para Performance Threshold POC available during duty hours 1.2.2 0 Defects within time frame Supplies provided to BEF 1.3.1 0 Defects within time frame Routine, non-routine, and emergency samples pick-up 1.3.4 0 Defects within time frame Reporting of Results 1.3.3 0 Defects within time frame Laboratory Certification 1.4 0 Defects within time frame 3. GENERAL INFORMATION. 3.1. CONFIDENTIALITY. The Contractor shall strictly observe the confidentiality of Air Force information and records and shall comply with all laws and regulations governing disclosure, including Federal Privacy Act 5 U.S.C. 553A. The contractor shall be held liable in the event of breach in confidentiality. 3.2. FREEDOM OF INFORMATION ACT PROGRAM (FOIA). The Contractor shall comply with AFI 37-131, Freedom of Information Act Program (FOIA), requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. 4. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. Not applicable. (End Statement of Work) A WRITTEN SOLICITATION WILL NOT BE ISSUED. Requesting Office: 74 MDSS/SGSLA, USAF Medical Center, Bioenvironmental, 4881 Sugar Maple Drive, Wright-Patterson AFB, Ohio 45433. Discount terms: Net 30 Payment Terms. The following clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offerors Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions? Commercial Items; 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-49 Service Contract Act-Place of Performance Unknown Fill-ins: N/A and 22 Sep 2004 12:01 pm DST; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items; 52.225-1, Buy American Act and Balance of Payments Program-Supplies; 252.204-7004, Required Central Contractor Registration, 52.247-34, F.OB. Destination. Copies of all provision and clauses, including the Representations and Certifications, are available at http://www.farsite.hill.af.mil. Wage Determination No. 1994-2419 Rev. 24 dated 07/22/2004 to view see http://www.wdol.gov. Evaluation will be based on overall best value to the Government. Evaluation factors are technical acceptability, past performance and price in that order. All offerors shall return a copy of FAR 52.212-3, Offerors Representations and Certifications?Commercial Items and company name, point of contact, phone number, contract number of at least 3 companies/references you sold similar items to. The Government will make an award from this RFQ to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right not to make an award at all. All interested parties are required to submit their quotes by 24 Sep. 2004, 3:00 p.m. DST. For more information on FA04T0186--yct-NONPERSONAL SERVICE FOR Bioenvironmental Chemical testing of Base Water samples please refer to http://www.pixs.wpafb.af.mil/pixslibr/FA04T0186/FA04T0186.asp
 
Web Link
FA04T0186-yct-NONPERSONAL SERVICE FOR Bioenvironmental Chemical testing of Base Water samples
(http://www.pixs.wpafb.af.mil/pixslibr/FA04T0186/FA04T0186.asp)
 
Record
SN00673922-W 20040917/040915212043 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.