Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

H -- Environmental Sampling, Testing and Laboratory Services

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland AvenueNorfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5088
 
Response Due
3/3/2010
 
Archive Date
3/6/2010
 
Point of Contact
Shawna Mitchell 757-322-1031 Diana Sibal757-445-7310
 
E-Mail Address
shawna.mitchell@navy.mil
(shawna.mitchell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FORPROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGSAVAILABLE AT THIS TIME. This notice is a market research tool used forplanning purposes only to determine the availability and capability of smallbusiness sources prior to issuance of the RFP. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA isseeking to identify eligible small laboratory business firms capable ofproviding certified general chemistry and microbiology accredited by theCommonwealth of Virginia, Consolidated Laboratories, National EnvironmentalLaboratory Program (NELAP) Accreditation, or equivalent A2LA Accreditationfor Environmental Laboratory sampling and testing Services at, but notlimited to, the following locations: Naval Station Norfolk, NavalAmphibious Base Little Creek, Norfolk Naval Shipyard, Naval Air StationOceana, and Naval Weapons Station Yorktown. Additional locations of operation are located at Cheatham Annex, NavalRegional Medical Center Portsmouth, Dam Neck Annex, Dare County BombingRange, Craney Island, Fort Story, Fentress, New Kent County the Armed ForcesStaff College, and Naval Support Activity Northwest. In addition, theresponsive laboratory business must be certified to test asbestos sampleseither by the American Industrial Hygiene Association (AIHA), RTI,International or equivalent. This work also supports other miscellaneousenvironmental naval operations at private shipyards throughout the region.The work is primarily located in the Tidewater/Hampton Roads area, oranywhere naval surface or shipyard activities occur within 100 miles ofNorfolk Naval Base, Virginia. The responsive party must be able to sample and test drinking water forfecal coliform analysis within six (6) hours of sample collection and a one(1) hour on-site response time for emergencies or thirty (30) minutes forrain events. The exact locations will be indicated in each Task Order bythe Contracting Officer. (Please note that approximately 65-80% of the workis laboratory analysis with 20-35% for sampling). Key personnel requirements: The key personnel for this contract are theproject manager and the quality control manager. The program manager musthave seven (7) years of relevant environmental laboratory experience at acomparable level of management responsibility in projects of similar scopeand complexity. The project manager must meet the OPM standards for a senior physicalscientist which includes 30 semester hours in physical sciences. The quality control manager (QCM) must have a Bachelor degree in Chemistry,Biochemistry or Chemical Engineering supplemented with mathematics throughdifferential equations and five (5) years of specialized environmentallaboratory experience. The QCM must have formal training in QC andstatistical process control. Naval Facilities Engineering Command Mid-Atlantic is seekingService-Disabled Veteran-Owned Small Businesses, certified HUBZone SmallBusinesses, and certified 8(a) Small Disadvantaged Businesses, and SmallBusinesses with current relevant qualifications, experience, personnel andcapability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone SmallBusiness, certified 8(a) Small Disadvantaged Businesses, and SmallBusinesses are encouraged to respond. The Government will not pay for any information solicited. Respondentswill not be notified of the results of the evaluation. One of the mainfunctions of this synopsis is to assist the Contracting Officer indetermining whether a 8(a), HUBZone Small Business or Service DisabledVeteran Owned Small Business Set-aside is an acceptable strategy for thisprocurement. If a full and open competition is ultimately pursued,responses to this synopsis will be used to aid in establishing smallbusiness subcontracting goals. All qualified firms are encouraged torespond. The successful contractor shall furnish all labor, supervision, management,tools, materials, equipment, facilities, transportation, incidentalengineering, and other items necessary to provide Environmental LaboratoryServices. Firm-fixed-price work shall consist of the Contractor providingenvironmental sampling and testing services and the associated reporting anddocumenting services to support compliance oversight. The Contractor shallcomply with all Federal, Commonwealth of Virginia, and local statutes (suchas Hampton Roads Sanitation District (HRSD) or Department of EnvironmentalQuality) and regulations, and with DoD policies, instructions and guidance.The Contractor shall develop and manage a sampling plan that identifiessampling priorities for permitted sites and complies with permits andregulatory programs. The Contractor shall perform storm (rain) eventssampling to satisfy permitted requirements. The Contractor shall perform sample tracking using Chain of Custodydocumentation. The Contractor shall conduct timely field and laboratorytesting to ensure accuracy and reliability of the data to meet the dataquality objectives associated with environmental task. The Contractor shalldispose of spent reagents, chemicals, excess samples, used samplecontainers, digestates, leachates, extracts and other sample preparationproducts IAW OSHA and EPA regulations and permit requirements. IDIQ workmay be ordered utilizing DoD EMALL or a task order. The IDIQ order willspecify the exact locations and types of work to be accomplished. Theperiod of performance will be specified in each order.A combination Firm-Fixed price (FFP) and indefinite delivery-indefinitequantity (IDIQ) type contract is anticipated. The IDIQ work may be ordered utilizing DoD EMALL or on a Task Order, on aneed basis. The anticipated contract award date for these services is 28 March 2010.The North American Industry Classification Standard (NAICS) code for thisprocurement is 541380 with a small business size standard of $12.0 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businessescapable of providing these services submit to the contracting officer abrief capabilities statement package (no more than 10 pages in length,single spaced, 12 point font minimum) demonstrating ability to perform therequested services. The capability package must be complete and sufficientlydetailed to allow the Government to determine the firm's qualifications toperform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Governmentis not obligated to and will not pay for any information received from thepotential sources as a result of this synopsis. The documentation shalladdress, as a minimum, the following: COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and numberof employees; (3) Names of two principals to contact (including title,telephone and fax numbers and email addresses); (4) Small Businessdesignation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6)CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similarvalue, size, and scope within the last five (5) years. The following Government or commercial information shall be provided foreach of your references: (1) Contract Number and Project Title; (2) Name ofContracting Activity; (3) Administrative Contract Officer's Name, TelephoneNumber and Email; (4) Contracting Officer's Technical Representative orPrimary Point of Contact, telephone and email; (5) Indication of whetheryour firm acted as a prime or subcontractor, (6) Contract Period ofPerformance and Contract Value, (7) Brief summary of work performed and howit relates to the technical services described herein. RESPONSES ARE DUE NLT 03 MAR 2010 AT 3:00 PM ET. LATE RESPONSES WILL NOT BEACCEPTED. THE PACKAGE SHALL BE SENT, BY MAIL, TO:Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT, 9742Maryland Avenue, (BLDG Z-140, Room 117), Norfolk, Virginia 23511-3689ATTN: Shawna MitchellELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing toShawna Mitchell via email at shawna.mitchell@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5088/listing.html)
 
Record
SN02074213-W 20100226/100224235537-38e1182f0c3303574918447899722636 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.