Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

H -- Hazardous Waste Sampling Analysis - ATTACHMENTS

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-09-Q-B013
 
Archive Date
5/15/2009
 
Point of Contact
David D. Tidwell Sr., Phone: 702-652-2295
 
E-Mail Address
david.tidwell@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 (Representations and Certifications) Attachment 1 (Past Performance Questionaire) This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR), with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4861-09-Q-B013 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-04. THIS SOLICITATION is 100 % SET ASIDE FOR SMALL BUSINESS. The Standard Industry Classification (SIC) for this solicitation is 8734 and the North American Industry Classification Systems (NAICS) is 541380. Based on the size standard for small business of $12.0M. Award will be made on or about 15 May 2009 for a five (5) year period through 14 May 2014. The Government intends to award at least one Pre-Priced five (5) year Blanket Purchase Agreement (BPA) for non-personal services described below and may award multiple BPAs with more than one supplier of the same type to provide maximum practicable competition. The item description of services to be provided are as follows: CLIN 0001 - The contractor shall furnish all personnel, equipment, services, materials, parts and labor necessary to provide Hazardous Waste Sampling Analysis to Nellis Air Force Base, Nevada on a Call Order basis in accordance with the terms and conditions as will be specifically described in the Blanket Purchase Agreement once awarded. Services to be Furnished: Non-personal services to provide testing, identification of hazardous chemicals, and other environmental contaminants in accordance with the terms and conditions of the BPA. The Contractor shall: a. Have an approved quality control program for all test methods required by this agreement. Test methods shall comply with Environmental Protection Agency (EPA) standards. Contractor shall provide Contracting Officer with a copy of the approved quality control program. b. Be certified to analyze substances in water and waste water in the state of Nevada in accordance with Nevada Administrative Code - Chapter 445A - NAC 445A.0552 to 445A.067. Certification must remain valid and current throughout the duration of the BPA. Contractor shall provide a copy of the certification certificate to the Contracting Officer before contract award. c. Provide as required: a waste chemical analysis to include, but not limited to volatiles, semi-volatiles, metals, 1-1-1 trichloroethane, standard solvent, corrosion preventive preservatives, waste petroleum residues, battery acids, sandblast residues, paint residues, waste water, ground water, soil samples, and polychlorinated biphenyl's (PCBs). The laboratory shall be capable of performing analysis or testing using the Toxicity Characteristic Leaching Procedure (TCLP). d. Provide written results of all analysis. Such analysis must be completed and provided to the requester immediately upon completion of analysis or testing. All equipment detection limits will be included in the analytical reports. All chain-of-custody forms and original documentation associated with the analysis or testing will be provided to the requesting activity with the original certified results. Rush analysis requiring less than standard turnaround time (24 to 72 hour), will be identified when the call is placed. Standard (routine) turnaround time is defined as being within five (5) working days of sample being provided to Contractor. Additional charges for rush analysis will be identified on the price list. e. Provide sample containers, preservatives, and labels to the requester, as required. Nellis AFB personnel will perform sample collection. Pickup and delivery of samples by the contractor will be requested when calls are placed. Any charges for this service will be identified in the price list. f. Perform Chemical analysis test methods in accordance with EPA approved methods or equivalent methods. Other analysis test methods must be approved by the requester. Any disagreement over type of testing will be resolved by the Contracting Officer. g. Provide batch quality control data with laboratory reports as required by approved methods. At a minimum, all reports will include blank and spike recovery data. h. Ensure that adequate measures are taken to provide data that meets method required detection limits. If detection limits cannot be met due to sample matrix interference, the requester must be contacted to determine additional sample clean-up and if reanalysis is required. At time of post-award meeting, explain how data will be provided in analysis reports for solids and liquids. i. Analyze semi-solids and solids on a dry weight basis. j. Be responsible for properly and legally disposing of sample residue. k. Contractor must be capable of picking up and delivering samples within four (4) hours of Call Order notice from Contracting Officer or his/her designated representative. Offerors must submit their Price Quotes no later than 4:00 PM on 30 April 2009 Pacific Standard time and include the following with their quotations: 1) A Price List that includes both the price for analysis and testing of samples for the normal five (5) day standard turnaround time and for testing and analysis of samples requiring rush analysis less than the standard turnaround time (24 to 72 hour). The Price List must include a minimum of the following analysis and testing: TYPE ANALYSES/TEST METHOD ORGANIC ANALYSES GAS CHROMATOGRAPHY (GC) Pesticides (Chlordane Only or All Compounds) EPA 608/SW 8082 Pesticides and PCB's EPA 608/SW 8081 & 8082 PCB's Only in Soil or Water EPA 608/SW 8082 PCB's Only in Oil EPA 608/SW 8082 Organophosphorus Pesticides EPA 614/SW 8141 Chlorinated Herbicides EPA 615/SW 8151 Explosives (TNT, RDX, etc.) By HPLC SW 8330 THP by GC - FID SW 8015-M Diesel or Full Range Extraction Method Gasoline Purge and Trap Gasoline And BTXE (PID/FID) SW 8015 & 8021 BTXE by GC EPA 602/SW 8021 GAS CHROMATOGRAPHY/MASS SPECTROMETRY (GC/MS) Volatile Organics EPA 624/SW 8260 BTXE by GC/MS EPA 624/SW 8240 Semi-Volatile Organics EPA 625/SW 8270 Polynuclear Aromatic Hydrocarbons EPA 625/SW 8270 (B/N's) Phenols EPA 625/SW 8270 (Acids) AIR ANALYSES BTXE THP BTXE and TPH DRINKING WATER ANALYSES (SDWA) Trihalomethanes EPA 502.2 EDB & DBCP EPA 504.1 N/P - Pesticides EPA 507 Organohalide Pesticides/PCB's EPA 508 Chlorinated Herbicides EPA 525.1 Volatile Organics EPA 524.2 Semi-Volatile Organics EPA 525.2 Carbamate/Urea Pesticides EPA 531.1 Glyphosate EPA 547 Endothall EPA 548.1 Diquat EPA 549.1 Gross Alpha and Beta EPA 9310 TOXICITY CHARACTERISTIC LEACHING PROCEDURE (TCLP) TCLP 8240 SW 1311/8260 TCLP One Volatile Compound (i.e., Benzene) SW 1311/8260 TCLP 8270 SW 1311/8270 TCLP 8081 SW 1311/8081 TCLP 8151 SW 1311/8151 TCLP 8 RCRA Metals SW 1311/6010 & 8260 (As, Ba, Cd, Cr, Pb, Hg, Se, Ag) TCLP 3 Metals (Cd, Cr, Pb) SW 1311/6010 TCLP 7 Metals/11 Organics SW 1311/6010 & 8260 TCLP 1 Metal (i.e., Pb) SW1311/6010 INORGANIC ANALYSES NDEP PROFILE I pH, TDS, WAD Cyanide, Alkalinity, Bicarbonate, Calcium, Magnesium, Potassium, Sodium, Chloride, Fluoride, Nitrate, Sulfate, Arsenic, Barium, Cadmium, Chromium, Copper, Iron, Lead, Maganese, Mercury, Selenium, Silver, Zinc NDEP PROFILE II pH, TDS, WAD Cyanide, Alkalinity, Bicarbonate, Calcium, Magnesium, Potassium, Sodium, Chloride, Fluoride, Nitrate, Sulfate, Aluminum, Arsenic, Barium, Beryllium, Bismuth, Cadmium, Chromium, Cobalt, Copper, Gallium, Iron, Lead, Maganese, Mercury, Molybdenum, Nickel, Phosphorus, Scandium, Selenium, Silver, Strontium, Titanium, Vanadium, Zinc Meteoric Water Mobility Extraction GENERAL CHEMISTRY Acidity SM 2320D Alkalinity (Bicarbonate & Carbonate) SM 2320B Biochemical Oxygen Demand (BOD5) SM 5201B Bromide EPA 300.0 Chemical Oxygen Demand (COD) SM 5330D Cholate EPA 300.0 Chloride EPA 300.0 Chromium, Hexavalent (Cr VI) SM 3500-Cr Coliform Bacteria, Total (P/A) SM 9223B Color SM 2120B Conductivity SM2510B Cyanide Total SM 4500-CN WAD SM 4500-I. Flouride SM 4500-F Hardness SM 2340C Ingitability SW 1010 Moisture, Percent SM 2540B Nitrogen Ammonia SM 4500-NH3 Nitrate EPA 300.0 Nitrite EPA 300.0 Nitrate/Nitrite EPA 300.0 Total Kjeldahl SM 4500-NH3 Odor SM 2150 B Oil & Grease EPA 413.1/EPA 1664 PH Aqueous EPA 150.1 Nonaqueous SW 9040B Phenolics Aqueous EPA 420.2 Nonaqueous SW 9065 Phosphate Total SM 4500-P Ortho SM 4500-P Reactivity Total Cyanide SW 9010 Total Sulfide SW 9030 Solids Total Suspended (TSS) SM 2540 D Total Dissolved (TDS) SM 2540 C Sulfate EPA 300.0 Sulfur ASTM D-4294 Sulfide SM 4500S²¯ Surfactants (MBAS) SM 5540C Total Recoverable Petroleum Hydrocarbos EPA 418.1 Total Organic Carbon (TOC) EPA 415.2 Turbidity SM 2130 B METAL ANALYSES Individual Metals Single Element (i.e., Pb) 200.7/6010 (ICP) Single Element (i.e., Pb) 200.8/6020 (ICP/MS) Single Element in Drinking Water (i.e., Pb) 200.6, 200.7 or 200.8 Lead and Copper in Drinking Water 200.8 Mercury by Cold Vapor 245.1/7470 Metals Group Analyses (Includes Preparation/Extraction) 8 RCRA Metals (As, Ba, Cd, Cr, Pb, Hg, Se, Ag) 13 Priority Pollutant Metals (Sb, As, Be, Cd, Cr, Cu, Pb, Hg, Ni, Se, Ag, Tl,Zn) 17 CCR Metals (Sb, As, Ba, Be, Cd, Co, Cr, Cu, Pb, Hg, Mo, Ni, Se, Ag, Tl, V, Zn) TTLC STLC TCLP 8 Metals 1311/6010/7470 TCLP 7 Metals 1311/6010 TCLP 3 Metals (Cd, Cr, Pb) 1311/6010 TCLP One Metal (i.e., Pb) 1311/6010 TCLP Mercury 1311/7470 ICP 25 Metal Scan 200.7/6010 Flash Point 1010 Total Phosphorus-Aqueous 2) Past Performance Evaluation Questionnaire (a minimum of 3 references), (ATTACHMENT 1). 3) A completed copy of provisions 52.212-3, Offeror Representations and Certifications - Commercial Items (ATTACHMENT 2). This attachment need not be submitted with your price quote if your firm is registered on the Online Representations and Certifications Application (ORCA) web site (https://orca.bpn.gov/). 4) You must provide your Dun and Bradstreet Number; your CCR Cage Code; and your Federal Tax ID Number with your Price Quote. Offerors who fail to complete and submit the requirements above may be considered non-responsive. For this firm fixed price Blanket Purchase Agreement, utilizing the Government Purchase Card (GPC) as a method of payment is planned. The government reserves the right to make multiple awards. A combined synopsis/solicitation (along with the attachments) will be posted on the Federal Business Opportunities System (FedBizOpps) site,. Amendments will be posted on the affected solicitation page FedBizOps site. It is the offerors' responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR site,. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e.: product literature), price and any discount, and delivery times; FAR 52.212-2 Evaluation - Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the Government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. 52.212-5 Executive Orders - Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor - Cooperation with Authorities and Remedies and 52.232-36, Payment by Third Party - applies to this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration and 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. For solicitations issued after 1 Jun 98, all contractors are required to be registered in the Central Contractors Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the internet at http://www.ccr.gov/ Contractors are required to have a Dun and Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing or e-mail or by fax by 4:00 PM on 30 April 2009 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention Mr. David Tidwell, Contract Administrator, at (702) 652-2295, FAX NO. (702) 652-9570, E-mail david.tidwell@nellis.af.mil for information regarding this solicitation. Nevada State Law and Regulation Compliance: Suppliers are responsible for insuring they are up to date and in compliance with any and all Nevada State Statutes, laws, regulations, licensing and certification requirements as may be required and applicable with respect to agreement to perform services and provide products under any subsequent contract that may be awarded to any supplier as a result of this solicitation. Failure to do so could result in any such contract award being terminated for cause. Point of Contact: Mr. David Tidwell, Contract Specialist, Phone 702-652-2295, FAX 702-652-9570, E-mail david.tidwell@nellis.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1b2a08cc90f9dd50b2d4d314f9ec7b84&tab=core&_cview=1)
 
Place of Performance
Address: NELLIS AFB, NEVADA 89191, NELLIS AIR FORCE BASE, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01796528-W 20090419/090417221414-1b2a08cc90f9dd50b2d4d314f9ec7b84 (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.