Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOURCES SOUGHT

Q -- The purpose of this notice is to gauge the level of interest and capability for providing analytical services for USACHPPM at Aberdeen Proving Ground, MD

Notice Date
8/25/2008
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK08
 
Response Due
9/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
Lise Stoltzfus, 410-278-2926<br />
 
Small Business Set-Aside
N/A
 
Description
US Army Center for Health Promotion and Preventive Medicine (USACHPPM) Analytical Services Contract Sources Sought Announcement THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The purpose of this sources sought notice is to gauge the level of interest and capability within the contracting community for providing analytical services for USACHPPM at Aberdeen Proving Ground, MD under an IDIQ (Indefinite Delivery/Indefinite Quantity) contract for a base year plus 4 option years. Response to this notice is strictly voluntary and will not affect any corporations ability to submit an officer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The anticipated NAICS code is 541380 (Testing laboratories), and the FSC is Q301 (Laboratory test medical). Anticipated Scope of Activities: The Government anticipates a requirement where the objective will be to provide USACHPPM with analytical services for the analysis of multi-media, multi-phase samples for organic, pesticide and explosive compounds in various matrices - such as water, soil, sludge, sediment. The contractor shall use quality instrumentation and reference methodologies to analyze samples. Strict adherence to chain-of-custody and quality control procedures is required at all times. Contractor shall meet CHPPM designated turnaround times - STANDARD = 21 calendar day, HIGH = 8 calendar day, TOP = 5 calendar day, and URGENT = 3 calendar day. Approximately 60% of total samples forwarded to contractor shall be designated HIGH PRIORITY or TOP PRIORITY. Less than 1% of samples, if any, could be classified as URGENT. Instrumentation required for analysis: Gas Chromatograph with various detectors as required (minimum of 6); High Pressure Liquid Chromatograph (Minimum of 2); Gas Chromatograph/Mass Spectrometer (Minimum of 4); Infra Red Spectrometer. Laboratory facilities required: Minimum of 5,000 sq. ft. of laboratory space; Adequate electrical service; Reagent water to meet ASTM Type II classification; Class A volumetric glassware for all analyses; Adequate fume hood system to provide safe handling of hazardous materials. Laboratory Personnel required: 1.) One chemist who functions full time as a quality assurance/quality control coordinator, with a minimum of a Baccalaureate degree in chemistry with a minimum of four years experience in the technologies listed above. He/she shall have documented training and/or experience in QA/QC procedures and be knowledgeable in the quality system as defined under ISO 17025: 2005. He/she shall be other than the laboratory supervisor and report directly to management. 2.) Laboratory Supervisory Chemist with a minimum of a Baccalaureate degree in chemistry with at least three years experience in analytical chemistry involving the technologies listed above. 3.) In addition to the QA/QC Coordinator and the Laboratory Supervisory Chemist, contractor shall have at least three Senior Chemists with a minimum of a Baccalaureate degree in chemistry and at least two years experience involving the technologies listed above. 4.) Contractor shall also have a minimum of three analytical technicians who shall have high school degrees with at least 12 hours of college credits in chemistry and six months experience in analytical chemistry. The bidding lab may sub-contract to no more than ONE other laboratory. Sending samples to any location for analysis other than the physical location that is placing the bid is considered sub-contracting even if it is within the same corporation. The contract laboratory shall be certified in its resident state for the analyses of drinking water as regulated by the Safe Drinking Water Act and be accredited in accordance with standards established under the National Environmental Laboratory Accreditation Program for all methods & matrices covered by the contract. Contract laboratory shall also be ISO 17025:2005 compliant through a third party accreditation. Finally, the contract laboratory shall have a Quality System that is compliant with the Department of Defense Quality System Manual for Environmental Laboratories, current version as well as future revisions. The contractor shall submit data packages comprising documentation for sample receipt/analyses, data reduction, quality control, raw data generation and electronic data transfer. Statement of Interest: Contractors are encouraged to submit a capabilities statement describing corporate experience in managing requirements similar in size and scope to the activities described above. This capabilities statement should not exceed 10 pages in length and should focus on successful recent (within the past 5 years) and relevant past performance to this anticipated scope. This capabilities statement may also include relevant past performance of key personnel. Please include the following with your response: "Name and address of firm "Size of business "Point of contact and telephone Submission Instructions: Please email your responses to Lise R. Stoltzfus at lise.stoltzfus@us.army.mil no later than September 2, 2008 at 10:00 a.m. EST. Since this is a sources sought to be used in planning a future acquisition, do not send any proposals. Requests for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. The Government shall not be liable for or suffer any consequential damages for any improperly identified propriety information of the submission of the contractors information. Proprietary information will be safeguarded in accordance with applicable Government regulations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1b647f1a5b8563c1327c863baaa0683&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01650595-W 20080827/080825222916-a1b647f1a5b8563c1327c863baaa0683 (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.