Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

B -- Multi-media sampling and analysis

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F2Q3636226A100
 
Response Due
9/14/2006
 
Archive Date
9/29/2006
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation is issued as a request for quote (RFQ). The Government intends to award a Firm Fixed Price (FFP) Purchase Order for a Base Year plus four Option Years. This aquisition will be 100% Small Business set aside with a standard Business Size of 11 Million. This project is currently not funded and any award is subject to availability of Fiscal Year 2007 funds (FAR 52.232.19). The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.technical capability of the item offered to meet the Government requirement and 2. price. Offerors need to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Offers are due on 14 September 2006 at Noon (12:00 pm). The project consist of two main tasks: 1. SAM, EC Other, CWA/RCRA (OS-005896AF) and 2. SAM, DRINKING WATER (OS-005907AE). TASK 1: SAM, EC Other, CWA/RCRA (OS-005896AF) 1.0 SCOPE The contractor shall perform chemical sampling and analysis of soil, water, or solid media samples under direction of the Air Force. Except for toxicity testing, the contractor must perform ninety percent (90%) of the analytical work under this contract in house and must have United States Environmental Protection Agency (US EPA), Hampton Roads Sanitation District (HRSD), and Virginia State Certification. Sample collection may be subcontracted to a company based in close proximity to Langley AFB (approximately 15 miles). This stipulation is required because stormwater samples may be required, and they can only be collected during the early phases of rain events. All analytical work must be performed locally (within 50 miles of Langley AFB). The contractor shall coordinate with 1 CES/CEVC to obtain base passes for sample collection personnel. 1.1 SAMPLING REQUIREMENTS The contractor shall obtain required samples from points determined by the Air Force. The contractor shall either receive samples collected by the Air Force or shall be directed to obtain the samples (grabs or composites) in the field. The contractor may be required to provide expert input as to the most appropriate or feasible sampling protocols for various sampling scenarios. The contractor may be required to provide a detailed report with diagrams and written descriptions of intricate composite sampling events. The contractor shall maintain custody for all samples (both those collected by the Air Force and those collected by the contractor) for a minimum of three (3) months after providing results to the Air Force. 1.1A Samples Provided by the Air Force For samples collected by the Air Force and provided to the contractor, the contractor shall contact the Environmental Flight (1 CES/CEVC) to coordinate transfer of sample custody. The contractor will travel to Langley AFB to obtain the samples. The contractor shall respond within 72 hours upon notification under normal circumstances and within 24 hours for emergencies. An emergency situation will be determined by the Air Force and clearly relayed to the contractor upon initial contact. 1.1B Normal Sampling Normal Sampling is considered to be sampling events in which the contractor obtains samples during weekday hours of 0700-1700. The contractor shall respond to the Air Force within 72 hours under normal circumstances upon notification by the Air Force. The 72-hour time frame includes evenings, weekends, and holidays. When notified, the contractor will be informed of the type of sampling and analyses required. The contractor shall coordinate sample collection with 1 CES/CEVC for detailed information concerning the sampling event and for escort to the sampling site. For any sampling that requires the operation of equipment (i.e., oil/water separators, pumps, vehicle repositioning, etc.), the contractor shall coordinate with 1 CES/CEVC to have Air Force personnel operate the equipment. The contractor shall not operate any Air Force equipment/property to obtain samples. 1.1C Emergency Sampling In emergency situations declared by the Air Force, the contractor shall travel to Langley AFB within 24 hours of notification to obtain samples collected by the Air Force or to collect the samples directly. The 24-hour time frame includes evenings, weekends, and holidays. 1.2 ANALYTICAL REQUIREMENTS The contractor is responsible for performing all analyses in accordance with applicable Federal, State, and local laws and regulations. Only US EPA approved methods will be used. See the attached bid schedule for specific methods. 1.2A Routine Analysis The analyses will be completed within seven (7) calendar days under routine analysis, with the exception of BOD and TTO analyses that are allotted ten (10) calendar days. 1.2B Urgent Analysis Urgent analysis will be determined by the Air Force and the contractor will be informed at the time of notification. The analyses shall be completed within three (3) calendar days under urgent analysis, with the exception of BOD and TTO analyses, which are allotted seven (7) calendar days. Urgent Analysis rates shall be paid as a multiplication factor (i.e. 1, 2, 3, etc.) times the Routine Analysis line item rate. Be sure to enter the multiplication factor on the Bid Schedule Forms. 1.2C Emergency Analysis Emergency analysis will be determined by the Air Force and the contractor will be informed at the time of notification. The analyses shall be completed within 24 hours under emergency situations, with the exception of BOD and TTO analyses, which are allotted six (6) calendar days. The 24-hour time frame includes evenings, weekends, and holidays. Emergency Analysis rates will be paid as a multiplication factor (i.e. 1, 2, 3, etc.) times the Routine Analysis line item rate. Be sure to enter the multiplication factor on the Bid Schedule Forms. TASK 2: SAM, DRINKING WATER (OS-005907AE) 2.0 SCOPE The contractor shall perform chemical sampling and analysis of potable water samples under direction of the Air Force. The contractor must perform ninety percent (90%) of the analytical work under this contract in-house and must have United States Environmental Protection Agency (US EPA), Hampton Roads Sanitation District (HRSD), and Commonwealth of Virginia Certification. Sample collection may be subcontracted to a company based in close proximity to Langley AFB (approximately 15 miles). This stipulation is required because potable water samples will be required, and they must be collected immediately after the requirement is identified. All analytical work must be performed locally (within 50 miles of Langley AFB). The contractor shall coordinate with 1 CES/CEVC to obtain base passes for sample collection personnel. 2.1 SAMPLING REQUIREMENTS The contractor shall obtain required samples from points determined by the Air Force. The contractor shall either receive samples collected by the Air Force or shall be directed to obtain the samples (grabs or composites) in the field. The contractor may be required to provide expert input as to the most appropriate or feasible sampling protocols for various sampling scenarios. The contractor may be required to provide a detailed report with diagrams and written descriptions of intricate composite sampling events. The contractor shall maintain custody for all samples (both those collected by the Air Force and those collected by the contractor) for a minimum of three (3) months after providing results to the Air Force. 2.1A Samples Provided by the Air Force For samples collected by the Air Force and provided to the contractor, the contractor will contact Bioenvironmental Engineering (1 AMDS/SGPB) to coordinate transfer of sample custody. The contractor will travel to Langley AFB to obtain the samples. The contractor shall respond within 72 hours upon notification under normal circumstances and within 24 hours for emergencies. An emergency situation will be determined by the Air Force and clearly relayed to the contractor upon initial contact. 2.1B Normal Sampling Normal Sampling is considered to be sampling events in which the contractor obtains samples during weekday hours of 0700-1700. The contractor shall respond to the Air Force within 72 hours under normal circumstances upon notification by the Air Force. The 72-hour time frame includes evenings, weekends, and holidays. When notified, the contractor will be informed of the type of sampling and analyses required. The contractor shall coordinate sample collection with 1 AMDS/SGPB for detailed information concerning the sampling event and for escort to the sampling site. For any sampling that requires the operation of equipment (i.e., oil/water separators, pumps, vehicle repositioning, etc.), the contractor shall coordinate with 1 AMDS/SGPB to have Air Force personnel operate the equipment. The contractor shall not operate any Air Force equipment/property to obtain samples. 2.1C Emergency Sampling In emergency situations declared by the Air Force, the contractor shall travel to Langley AFB within 24 hours of notification to obtain samples collected by the Air Force or to collect the samples directly. The 24-hour time frame includes evenings, weekends, and holidays. For an after-hours telephone number, call the Bioenvironmental Engineering Technician. 2.2 ANALYTICAL REQUIREMENTS The contractor is responsible for performing all analyses in accordance with applicable Federal, State, and local laws, and Virginia Department of Health regulations. Only US EPA approved methods will be used. See the attached bid schedule for specific methods. 2.2A Routine Analysis The analyses will be completed within seven (7) calendar days under routine analysis. The 7-day time frame includes evenings, weekends, and holidays. 2.2B Urgent Analysis Urgent analysis will be determined by the Air Force and the contractor will be informed at the time of notification. The analyses will be completed within three (3) calendar days under urgent analysis. The 3-day time frame includes evenings, weekends, and holidays. 2.2C Emergency Analysis Emergency analysis will be determined by the Air Force and the contractor will be informed at the time of notification. The analyses will be completed within 24 hours under emergency situations. The 24-hour time frame includes evenings, weekends, and holidays. 3.0 PERFORMANCE PERIOD The performance period for this contract shall be from 1 October 2006 through 30 September 2007. The contractor shall not collect any samples outside of these dates; however, analytical work and reporting may be completed after the contract period. 3.1 REPORTING REQUIREMENTS (SAM, EC Other, RCRA/CWA) All written analytical results must be provided to the government immediately upon completion of analysis within the time frames specified in section 1.2 ANALYTICAL REQUIREMENTS by telefax with hard copy results delivered to 1 CES/CEVC within ten (10) calendar days of sample collection. All equipment detection limits will be included in analytical reports to assist in interpreting results. All chain-of-custody forms and documentation shall be provided with the analytical results. 3.2 REPORTING REQUIREMENTS (SAM, Drinking Water) All written analytical results must be provided to the government immediately upon completion of analyses within the time frames specified in section 2.2 ANALYTICAL REQUIREMENTS by telefax with hard copy results delivered to the 1 AMDS/SGPB within ten (10) calendar days of sample collection. All equipment detection limits will be included in analytical reports to assist in interpreting results. All chain-of-custody forms and documentation will be provided with the analytical results. 3.3 TRAINING REQUIREMENTS The contractor must provide proof of training for field personnel. Minimal requirements include Hazardous Waste Operations and Emergency Response training and a Field and Laboratory Protocols course (sample collection course). 3.4 CONTRACTOR SUBMITTALS After contract award, the contractor shall provide the following documentation to the Contracting Officer's Technical Representative (see Section 3.5): 1. Proof of laboratory certification 2. Most recent state/federal laboratory inspection report 3. After-hours contact number 4. Proof of field training for sample collection personnel 3.5 GOVERNMENT POINTS OF CONTACT The Government Point-Of-Contact for this purchase order is: 1 CONS/LGCS 2Lt Edgar A. Alonso-Bernal Contract Manager 74 Nealy Avenue Langley AFB, VA 23665 Tel: 757-764-2241 Fax: 757-225-7443 Email: edgar.alonso-bernal@langley.af.mil
 
Place of Performance
Address: Langley Air Force Base/Virginia
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01134960-W 20060908/060906220931 (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.