Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOURCES SOUGHT

B -- Chemical Analysis

Notice Date
5/5/2009
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
 
ZIP Code
57706-4904
 
Solicitation Number
F1V3M39100A001
 
Archive Date
6/4/2009
 
Point of Contact
John R Kattengell,, Phone: 605 385 6435, Chad D Miller,, Phone: 605-385-1735
 
E-Mail Address
john.kattengell@ellsworth.af.mil, chad.miller@ellsworth.af.mil
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK FOR LABORATORY ANALYTICAL SERVICES 20 Apr 2009 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 (.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 shall received ample 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 Contractor. Shipping of all requirements is to be the burden of the contractor. 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 125 Flash Point 19 PCBs 7 paint filter test 3 PH 16 Permethrin 20 TCLP 8 Metals 64 TCLP Benzene 21 TCLP Lead 9 TCLP MEK 10 TCLP O, M, P, - Cresol 4 TCLP Semi-VOCs 5 TCLP VOCs 9 TCLP Pesticides/Herbicides 1 Total Halogens 9 Total Metals 16 TPH Diesel 16 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) 9 Total Metal Digenstion (Waste Water) 10 Arsenic 4 Barium 4 Cadmium 5 Chromium 5 Lead 5 Mercury 5 Selenium 4 Silver 4 Trihalomethane 2 Haloacetic Acid 2 Herbicides by method 815T 2 Pesticides by method 507 2
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0fa52ff43a4348e2fda7b3dad8fd8a0&tab=core&_cview=1)
 
Place of Performance
Address: Ellsworth AFB, Ellsworth AFB, South Dakota, 57706, United States
Zip Code: 57706
 
Record
SN01809743-W 20090507/090505222119-d0fa52ff43a4348e2fda7b3dad8fd8a0 (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.