Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOURCES SOUGHT

H -- Sampling And Subsequent Laboratory Analysis - Package #1

Notice Date
1/27/2012
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-12-R-0004
 
Point of Contact
Franco Cuevas, Phone: 7074247722
 
E-Mail Address
franco.cuevas@us.af.mil
(franco.cuevas@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATIONAL PURPOSES ONLY. THE AIR FORCE IS CONDUCTING MARKET RESEARCH AND DESIRES INPUT FROM THE INDUSTRY TO ASSIST IN REQUIREMENTS PLANNING. THE INFORMATION REQUESTED BY THIS SYNOPSIS WILL BE USED WITHIN THE AIR FORCE TO FACILITATE THE DECISION MAKING PROCESS AND WILL NOT BE DISCLOSED OUTSIDE THE AGENCY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS RELATIVE TO NAICS 541380 TESTING LABORATORIES. THE ASSOCIATED SMALL BUSINESS SIZE STANDARD IS 12.0 MILLION. Description of Services: Travis AFB is seeking potential contractors to conduct routine sampling and subsequent laboratory analysis of on-Base storm and sanitary sewer water discharge in the Duck Pond at Travis AFB, CA. The Contractor would conduct non-routine sampling and subsequent laboratory analysis of on-Base storm and sanitary sewer suspect water/materials and related discharges. An Annual Aquatic Monitoring Report will also be included in the PWS. The contract duration is anticipated to be one year from the date of contract award with four (4) additional one-year options allowing the total period of performance for the contracts to be extended up to five years. The anticipated start dates is 01 October 2012. All work must be in accordance with federal state and local environmental laws and regulations. Request interested contractors submit a capability package to include the following information: 1. Company name, address, telephone and fax number, point of contact, e-mail address, Duns & Bradstreet Unique Numbering System (Duns) number, Center Contractor Registration (CCR) and Commercial and Government Entity (Cage) Code, size of business pursuant to the above North American Industrial Classification System (NAICS) and respond to the following questions: a) Is your business a large or small business? b) If small, does your firm qualify as a small, emergency business, or a small, disadvantaged business? c) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? d) Is your firm a certified "hub zone" firm? e) Is your firm a woman-owned or operated business? f) Is your firm a certified Service-Disabled Veteran Owned and Veteran-Owned? g) Does your firm have an Environment Management System Certification (EMS)? h) What qualifications/certifications does your firm have? i) What is the average work experience of team members? j) What pricing schedule is used in the industry (i.e. hours, SF, LF etc) k) Does your firm perform background checks? l) Does your firm have a quality assurance plan in place? What quality assurance methods and quality standards does your firm use? m) Do you currently have a government contract? 2. Capability information should include a brief description of experience in providing the requirements similar to the requirement described above. 3. Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. 4. Commercial standard, practices, and processes in areas such as metric/measurements, quality control/assurance, phase-in/phase-out. The capability package must be clear, concise and complete. The air force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than five (5) pages. This is not a request for proposals and in no way obligate the Government to award any contract. Responses will assist the government in determining whether to set-aside/restrict competition in some way or solicit offer from all responsible sources. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. Response by e-mail is required and should be forwarded to Franco Cuevas, Contract Specialist, via e-mail franco.cuevas@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FA4427-12-R-0004/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02662409-W 20120129/120127234045-bbf5e264e264e2537fe33e0f38b60f20 (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.