Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

Q -- Laboratory Analysis Services

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0010T0252
 
Response Due
8/19/2010
 
Archive Date
10/18/2010
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Combined Synopsis/Solicitation W81K00-10-T-0252 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This acquisition is solicited for small business set-aside under NAICS 541380. All responsible sources may submit a quotation that shall be considered by the agency. The requirements of this RFQ are to provide Laboratory Analysis Services for Industrial Hygiene sample testing for the Department of Preventive Medicine for Carl R. darnall Army Medical Center, Fort Hood, Texas. Award will be for a base year and four option periods. CLIN 0001 Quantity Unit Price 1 Lot $ ________ Provide laboratory analysis services for Industrial Hygiene, Base Year: 1 October 2010 through 30 September 2011 CLIN 1001 Quantity Unit Price 1 Lot $ ________ Provide laboratory analysis services for Industrial Hygiene 1st Option Period: 1 October 2011 through 30 September 2012 CLIN 2001 Quantity Unit Price 1 Lot $ _________ Provide laboratory analysis services for Industrial Hygiene 2nd Option Period: 1 October2012 through 30 September 2013 CLIN 3001 Quantity Unit Price 1 Lot $ _________ Provide laboratory analysis services for Industrial Hygiene 3rd Option Period: 1 October 2013 through 30 September 2014 CLIN 4001 Quantity Unit Price 1 Lot $ ________ Provide laboratory analysis services for Industrial Hygiene 4th Option Period: 1 October 2014 through 30 September 2015 Performance Work Statement Industrial Hygiene Service Department of Preventive Medicine Carl R. Darnall Army Medical Center Fort Hood, Texas General. Industrial Hygiene, Department of Preventive Medicine requires analysis of chemical and physical samples to evaluate potential environmental exposures to personnel. Performance Requirements. 1. Laboratory shall be accredited by the American Industrial Hygiene Association (AIHA) and participate in the AIHA Laboratory Proficiency testing program. 2. Provide current accreditation certificates and renewals. 3. Laboratory is required to provide analysis as requested and shall provide an immediate E-mail or FAX of test results. 4. Samples may be submitted in separate batches on a daily basis. 5. A three (3) day turnaround time is required as a minimum. However, customer may request an analysis be performed within a shorter time frame with appropriate increase to the individual sample pricing. 6. Provide free overnight shipment when a batch of six samples or more is sent to laboratory for analysis. LIST OF TESTS/PRICE LIST Analyze Type Sample Price per sample Acetic Acid Air (Breathing or General Area) Aldehyde Profile Air (Breathing or General Area) Alkaline Dust ProfileAir (Breathing or General Area) Aromatic Hydrocarbon ProfileAir (Breathing or General Area) Asbestos Air Sample PCM Analysis Asbestos Air Sample TEM analysis AHERA Level II Asbestos Sample Bulk Sample Asbestos Sample Bulk Sample by Layers Asbestos Sample Surface Wipes or Vacuum Benzene Air(Breathing or General Area) Beryllium Metal (GFAA)Air, Bulk, Surface Wipe Cadmium (GFAA) Air, Bulk, Surface Wipe Chromium 6 Air, Bulk, Surface Wipe Diesel Fuel Air (Breathing or General Area) Ethanol Air (Breathing or General Area) Formaldehyde (Badges)Air (Breathing or General Area) Formaldehyde (Sorbent Tubes)Air (Breathing or General Area) Glutaraldehyde Air (Breathing or General Area) Isocyanates (Paints)Air (Breathing or General Area) Isocyanates ProfileAir (Breathing or General Area) Lead Paint Chip Lead Surface Wipes Lead Soil Samples (GFAA Method) Lead (ICP/MS) Air (Breathing or General Area) Metals Air (Breathing or General Area) Metals Bulk or Surface Wipe Methanol Air (Breathing or General Area) Organic Solvent Profile Air (Breathing or General Area) PAH Air (Breathing or General Area) Respirable Dust Air (Breathing or General Area) Total Dust (Gravimetric Only)Air (Breathing or General Area) Toxic Metals ProfileAir or Bulk Waste Anesthetic Gases (Organic Badge)Air (Breathing or General Area) Welding Fumes ProfileAir (Breathing or General Area) Welding Fumes ProfileBulk or Surface Wipe Xylene Air (Breathing or General Area) Total: Compounds not listed on common sample sheet but listed in vendor Directory of Services to be priced as open market OR with stated discount: The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.204-10 [Reporting Executive compensation and First-Tier Subcontracting with Contractors Awards (JUL 2010) Over 25K except awards to Individuals]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.219-1 [Small Business Program Representations]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-8 [Utilization of Small Business Concerns] 52.219-28 [Post Award Small Business Program Representation] 52.222-3 [Convict Labor], 52.222-19 [Child Labor-Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-13 [Restrictions On Certain Foregin Purchases], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law For Breach Of Contract Claim] 52.242-13[Bankupcy] 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; 252.211-7003 [Item ID and Valuation] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses: 252.225-7001 [Buy American Act and Balance of Payments Program] 252.232-7003 [Electronic Submission of Payment Requests] 252.247-7023 [Transportation of Supplies by Sea Alternate III] HIPPA [Local] WAWF [local] End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: (end) 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; 52.252-1 [Solicitation Provisions incorporated by reference (Feb 1998] 252.212-7000 [Offeror Representations and Certifications-Commercial Items] m. Technical acceptability: In sufficent detail explain each of the Performance Work Statement Requirements, of Sections: 1, 2, and 5. m.1. Price. All Items on price list must be priced or indicate as Not separately priced (NSP). All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. n. The closing date and time of this solicitation is 19 August 2010, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive, Bldg 1103, Fort Sam Houston TX 78234-6200. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, 210-221-4946; e-mail: roland.jasso3@us.army.mil. o. The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for location where text can be obtained. End Addendum 52.212-1; The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: Addendum to 52.212-2 Paragraph (a) is herby replaced with the following: 1. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an All or None Basis. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial proposal should contain the offerors best terms from a technical capability, and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. End of Addendum to 52.212-2. 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) Alternate (Apr 2002).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0252/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02238194-W 20100814/100812235057-3afe7a2ebe124bda8bb893d6606825f3 (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.