Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

B -- Chemical Analysis Service

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-06-R-0012
 
Response Due
8/24/2006
 
Archive Date
9/8/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued, paper copies of this solicitation will not be available. This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, soliciatation no. FA4690-06-R-0012 and is issued as a request for quotes (RFQ) on August 24, 2006. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-24. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil/. The set-aside for this solicitation is 100% Hub Zone. NAICS code: 541380. Size Standard: $11,000,000.00. This solicitation is for the following: STATEMENT OF WORK FOR LABORATORY ANALYTICAL SERVICES 1. Scope of Work: Contractor shall provide all labor, materials, equipment, transportation, and tools necessary to provide analytical services for the Environmental Flight at Ellsworth Air Force Base, SD. Analytical services shall be performed in accordance with all local, state, and Federal regulations. Services shall include but are not limited to analysis, consultation, analysis reports, collection records, and Quality Assurance, and Quality Control (QA/QC) reports. 2. Sample Analysis: A. The contractor shall use analytical methods approved by the Environmental Protection Agency, the Resource Conservation and Recovery Act and the South Dakota Department of Environment and Natural Resources (SD DENR) for the particular analysis being performed. Contractor shall be capable of providing the lower detection limits for chemical analysis according to the most stringent local, state, and Federal regulations to include any reauthorizations during the life of this contract. B. Performance Period: Services rendered shall be in strict accordance with the bid schedule. The required performance period for each sample analysis will be specified at the time each request for services is placed against this contract. Performance periods shall be twenty-one days after receipt of the samples with the exception of TPH Rush, Total Lead Rush, and Total Benzene Rush which will be 24-hours (or next business day). If sample analysis cannot be completed within the requested time for the test method specified, the contractor shall notify the Ellsworth Hazardous Waste Program Manager and/or Bioenvironmental Engineering by telephone or email. Contractor shall provide sample analysis results no later than close of business on the date agreed upon. The contractor shall email an electronic copy of the sample results (in .pdf format) to the Ellsworth Air Force Base Environmental Management Flight (28 CEV/CEVC) and/or Bioenvironmental Engineering (28 MDOS/SGOBE) no later than close of business on the day the sample analysis results are due. A written report shall be provided no later than seven calendar days from the date sample analysis results are due. C. Sample Containers: For samples to be analyzed under this contract, the contractor shall provide all sample containers with sampling information labels and chain of custody forms to the Government when requested at no extra cost to the government. Ellsworth representatives will pickup sample containers from the laboratory prior to samples being collected. All containers shall meet Environmental Protection Agency and Department of Transportation guidelines to include 49 CFR 173 and shall contain the preservative necessary for the sample analysis requested. Sample containers and samples will be returned to the contractor at the expense of the Government. 3. Records and Reports: A. Analytical Reports: The contractor shall provide 28 CES/CEVC (CE Environmental Flight) and/or 28 MDOS/SGOBE (Bioenvironmental) with a report of the sample results for each sample analyzed. Sample results shall be reported in a consistent format (i.e. Ellsworth Sample Number (CEV#), unit of measure for results, laboratory standards, regulatory standards, detection limits, report layout, call number, and contract number shall be located at the same place on every report). The contractor shall ensure that there are no typographical errors in the reports sent to the Government. The contractor will replace any reports with typographical errors and/or any other inconsistencies in the report within 7 calendar days of notification by the Government. The report shall contain as a minimum the Ellsworth sample number (CEV#), the call number, sample number, contract number, date the sample was received, date the sample was analyzed, test performed, test methods used applicable standards used for analysis, applicable units of measure, analysis method reference, QA/QC summary of method blanks, lab control samples, matrix spikes and duplicate results and any other information which would improve the quality of the report. The contractor will provide the Government with original chain of custody letters applicable to the report they will accompany by mail in addition to the invoice. B. Quality Control Reports: The contractor shall also provide the Government with a Quality Control report for each sample analysis performed. The Quality Control report will contain the method used for the quality control test, (accuracy as Mean percent Recovery), Precision (as percent RPD) and the date the quality assurance test was performed. Quality control procedures should be conducted in accordance with all EPA method requirements. The contractor shall provide the government with a letter of explanation for any sample results that are questionable. C. Record keeping: The contractor shall maintain complete records for each sample analyzed. As a minimum, the records shall include the chain of custody, date of receipt of the sample, description of the sample, sample number, analysis, and any unusual problems encountered during the analysis of the sample that might affect the integrity of the sample results. This information shall be readily available to the government for a period of 5 years from the date of sample analysis. Information requested from the lab concerning historical sample analysis shall be provided to the Government within 5 working days from request date at no additional cost to the government. 4. Basis of Payment: Contractor shall provide the Government with a separate price list for each of the following categories; sample analysis of domestic and industrial wastewater using methods outlined in the Clean Water Act, potable water analysis using methods outlined in the National Primary Drinking Water Standards, and hazardous waste analysis methods outlined in the Resource Conservation and Recovery Act. The price list shall contain unit prices for 24 hour weekend sample analysis, 24 hour weekday sample analysis, 7 day sample analysis and 21 day sample analysis. Unit prices shall include all labor, materials, and transportation needed to successfully perform services under this Statement of Work. A Delivery Ticket and Invoice shall accompany the sampling results. The invoice shall be separated by individual call number and cost of analysis individually separated into line items. Contractors shall provided pricing on the following requirements. Analysis Qty/yr Bac T 106 Flash Point 19 PCBs 7 paint filter test 3 pH 10 TCLP 8 Metals 51 TCLP Benzene 20 TCLP Lead 8 TCLP MEK 10 TCLP O, M, P, - Cresol 2 TCLP Semi-VOCs 5 TCLP VOCs 8 TCLP Pesticides/Herbicides 1 Total Halogens 9 Total Metals 10 TPH Diesel 10 Biochemical Oxygen Demand (BOD) 5 TPH Rush 24hrs 5 Total Lead Rush 24 hrs 8 Total Benzene 24 hrs 5 Disolved Oxygen 6 Total Metals Digestion (Soil) 5 Total Metal Digenstion (Waste Water) 10 Arsenic 2 Barium 2 Cadmium 5 Chromium 5 Lead 5 Mercury 5 Selenium 2 Silver 2 Trihalomethane 2 Haloacetic Acid 2 Herbicides by method 815T 2 Pesticides by method 507 2 The starting date of the contract will be 1 October, 2006 with FOB: Destination for delivery to 28 CES , Ellsworth AFB, SD 57706. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: price. The following clauses and provisions apply to this solicitation; FAR 52.212-1 ?Instruction to Offerors - Commercial Items?, Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer, or go online and activate their online reps and certifications application @ http://www.bpn.gov/orca/. The before mentioned provision is included in Attachment I., FAR 52.212-4 ?Contract Terms and Conditions? , is hereby incorporated by reference, FAR 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items?, FAR 52.213-3 ?Notice to Suppliers?, FAR 52.219-6 ?Notice of Total Small Business Set Aside?, 52.219-3 Hubzone Set Aside, FAR 52.222-3 ?Convict Labor?, FAR 52.222-19 ?Child Labor ? Cooperation with Authorities and Remedies?, FAR 52.222-21 ?Prohibition of Segregated Facilities?, FAR 52.222-26 ?Equal Opportunity?, FAR 52.225-1 ?Buy American Act ? Supplies?, FAR 52.225-13 ?Restriction on Certain Foreign Purchases?, FAR 52.225-16 ?sanctioned European Union Country Services?, FAR 52.232-33 ?Payment by EFT ? CCR?, FAR 52.222-41 ?Service Contract Act of 1965?, and FAR 52-247-34 ?F.o.b. Destination?. FAR 52.212-3 must be completed and returned with offers, offers may be faxed to 28 CONS/LGCA at (605) 385-1741, or mailed to 28 CONS/LGCA, 1000 Ellsworth St, Ellsworth AFB, SD 57706. The offers are due by 12:00 P.M. MST on 24 August, 2006 attention to A1C Mark Chranowski. If additional information regarding this solicitation is needed please contact A1C Mark Chranowski at (605)385-1733. Collect calls will not be accepted, e-mail: mark.chranowski@ellsworth.af.mil.
 
Place of Performance
Address: Ellsworth AFB, SD
Zip Code: 57706
Country: UNITED STATES
 
Record
SN01117972-W 20060819/060817220811 (fbodaily.com)
 
Source
FedBizOpps 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.