Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOURCES SOUGHT

65 -- Radio Analytical Testing Laboratory Services

Notice Date
12/12/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-R-0019
 
Archive Date
1/7/2017
 
Point of Contact
Brigette Shepherd, Phone: 9375224597
 
E-Mail Address
brigette.shepherd-colter@us.af.mil
(brigette.shepherd-colter@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the 711 th HPW/OML requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, 711 th HPW/OML is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: •1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. •2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. •4. Questions relative to this market survey should be addressed via email to Brigette Shepherd (AFLCMC/PZIOAC), brigette.shepherd-colter@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services (NPS) to perform and assist the United Sates Air Force School of Aerospace Medicine (USAFSAM) with collecting data to support occupational and environmental health risk assessments relevant to the Occupational Safety and Health Act (OSHA) of 1970, Safe Drinking Water Act (SDWA), Clean Water Act (CWA), Resource Conservation and Recovery Act (RCRA) and other Federal, State, or Local Government requirements. The Period of Performance (POP) shall be thirty six (36) months and forecasted from 1 April 2017 through 31 March 2020. REQUIREMENTS The Contractor shall provide analytical testing of samples for radio analytical laboratory services. Analytical testing encompasses the following: receiving, storage, analysis and disposal; Quality Control (QC); implementation and maintenance of Chain-of-Custody (COC); and analytical reporting. Samples may include mixed waste, which is waste that is composed of RCRA matrices including: soils, sludges, airs, bulks, commercial type products, biologicals, water, wastewater, and miscellaneous samples for pollutants/contaminants collected from various locations in and around existing Air Force and DoD installations. The Contractor must be able to complete all 116 selected test codes listed below. Radiation: Urine-Am-241; Urine-Pu-238, 239/240; Urine-Ra-226; Urine-U-233/234, 235, 238; Gamma Spectroscopy, Gross Alpha/Beta; Test Codes and Test Names listed below. a. The Contractor shall receive samples from Air Force and DoD installations. Samples may be shipped directly from any DoD installation or may be shipped to USAFSAM first for forwarding to the Contractor. All shipments to the Contractor, regardless of origination, will be coordinated through USAFSAM/OEA. b. The Contractor shall provide all appropriate sample containers, shipping containers, packing materials, ice/refrigerants, preservatives, labels, proper markings/identification, custody seals, and chain-of-custody forms for all samples to be analyzed. The vast majority of samples are shipped in non-returnable containers. In the event an Air Force owned cooler is used to ship samples, return shipping would be required. AF owned coolers will be shipped to 2510 Fifth St, WPAFB, OH 45433. The Contractor shall supply all U.S. Department of Transportation (DOT) shipping labels and other labels designed to meet all regulatory shipping requirements. Sample containers shall meet all applicable international, federal, state, and local laws. Samples shall be packed for shipment in accordance with "OSHA Technical Manual, Section II, in Chapter 4." c. The Contractor shall be responsible for contract lab outbound shipments including the expedited shipment of sample supplies and the return shipment of Air Force owned equipment to CONUS DoD locations. The Contractor shall comply with 49CFR regulations or International Air Transport Association (IATA) Dangerous Goods Regulations Manual. All inbound shipping charges will be the responsibility of the United States Air Force. The Contractor shall sign a Chain-of-Custody form upon receipt of samples. d. The Contractor shall use Environmental Protection Agency (EPA), National Institute of Occupational Safety and Health (NIOSH), or OSHA approved methods, apparatus, and equipment, to analyze water, wastewater, soils, sludge, hazardous waste, swipes, bulk, air and miscellaneous samples. The Contractor shall perform analyses using the above published methods and be aware of the current methods and accountable for knowing regulations. Where the published method has temperature and/or hold time requirements, the Contractor will verify these requirements have been met before beginning analysis. The Contractor shall also provide Level II/III QA/QC data packages provided upon request. Level II packages consist of Data + Associated Quality Control. Level III packages will include Level II requirements + Instrument Print Out (post run processed data). When available, laboratories shall be accredited for each applicable test sample method by a nationally recognized laboratory accreditation body (AIHA, NELAP, NIST/NVLAP, etc). Additionally, laboratories shall be state certified for each applicable drinking water method and Participation in Performance Testing (PT) programs for each accreditation agency and in State required programs for drinking water. Analyses shall be accomplished on a non-emergency/routine basis and less frequently on a rush basis. d.1 Routine Analyses. All routine/non-emergency sample analyses shall be performed within 15 working days. The Contractor shall utilize an approved pricelist for primary and subcontract labs. Work will only occur after a call number is provided by an individual on the authorized callers list which will be provided in separate correspondence. USAFSAM/OEA shall maintain the right to deny authorization to begin work for any/all samples received by the contract lab; the Contractor shall be liable for any work completed prior to receiving a call number. Any samples received by the Contractor that are not utilized for analyses are the responsibility of the Contractor for disposal at no cost to the government. d.2 Rush Analyses. The Contractor shall provide emergency rush services only when requested by the USAFSAM/OEA Authorized Caller. The Contractor shall utilize an approved surcharge rate identified in PWS. Work will only occur after a call number is provided by an individual on the authorized caller list. e. In addition to the test methods listed below, the Contractor may include on their approved price list any additional industrial hygiene, environmental, or radio analytical in-house or published methods that may aid in conducting a health risk assessment f. Continuation of Essential DOD Contractor Services during Crisis. The performance of these services is not considered to be mission essential during time of crisis. Should a crisis be declared, the Contracting Officer or his/her representative will verbally advise the Contractor of the revised requirements, followed by written direction. g. Contract Deliverables. g.1 Reporting Requirements. For routine analyses, the Contractor shall provide final laboratory reports within 15 working days following receipt of a call number from USAFSAM/OEA. Final reports for rush analyses shall be received within the agreed upon turnaround time based on the surcharges in PWS. At a minimum the Contractor's report shall provide clear identification of the type of analysis required, preservatives used, sample source, date and time sampled, name of sampler, and sample identification number. g.2 Electronic Data Deliverables (EDDs). The Contractor shall utilize electronic data management system capabilities to minimize the potential for transcription errors. The EDD should be comprehensive and generated from the Laboratory Information Management System (LIMS) as the laboratory reports. EDDs are required for radio analytical analysis reports and must be delivered within 15 working days following receipt of a call number from USAFSAM/OEA. The specific format and values required are shown in the PWS for this effort. g.3 Revised Reports and EDDs. The Contractor shall provide an amended analytical report and/or EDD, if required, at no additional cost if the original is found to be inaccurate during the USAFSAM/OEA quality control review. A revised report shall be provided to USAFSAM/OEA within ten working days and shall be marked with the word "AMENDED" in red letters. Required Test Methods: Air Filter, Soil, Sludge, Vegetation, Milk, Other - Gamma Spectroscopy Air Filter, Soil, Sludge, Vegetation, Milk, Other - Gross Alpha Air Filter, Soil, Sludge, Vegetation, Milk, Other - Gross Alpha, Beta Air Filter, Soil, Sludge, Vegetation, Milk, Other - Gross Beta Air Filter, Soil, Sludge, Vegetation, Milk, Other - Am-241, Cm-242, 243/244, 245/246 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Am-243 Air Filter, Soil, Sludge, Vegetation, Milk, Other - C-14 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Cl-36 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Fe-55 Air Filter, Soil, Sludge, Vegetation, Milk, Other - I-131 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Ni-59 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Ni-63 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Np-237 Air Filter, Soil, Sludge, Vegetation, Milk, Other - P-32 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Pb-210 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Pm-147 8 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Po-208, 210 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Po-209 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Pu-238, 239/240 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Pu-241 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Pu-242 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Ra-226 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Ra-228 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Se-79 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Sr-89 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Sr-89, 90 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Sr-90 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Tc-99 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Te-125m Air Filter, Soil, Sludge, Vegetation, Milk, Other - Th-228, 230, 232 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Th-229 Air Filter, Soil, Sludge, Vegetation, Milk, Other - Total Activity Air Filter, Soil, Sludge, Vegetation, Milk, Other - Total Alpha Radium Air Filter, Soil, Sludge, Vegetation, Milk, Other - Tritium Air Filter, Soil, Sludge, Vegetation, Milk, Other - U-232 Air Filter, Soil, Sludge, Vegetation, Milk, Other - U-233/234, 235/236, 238 Fecal and other tissue - Gamma Spectroscopy Fecal and other tissue - Gross Alpha Fecal and other tissue - Gross Alpha, Beta Fecal and other tissue - Gross Beta Fecal and other tissue - Am-241, Cm-244 Fecal and other tissue - Cf-252 Fecal and other tissue - Pu-238, 239/240 Fecal and other tissue - Sr-89 & Sr-90 as Total Strontium Fecal and other tissue - Th-228, 230, 232 Fecal and other tissue - U-233/234, 235, 238 Soil - U-238 by ICPMS Solid - I-125, I-129 Solid - Ra-226 by Alpha Spectroscopy (not rapid) Solid - S-35 Urine - Gamma Spectroscopy Urine - Gross Alpha Urine - Gross Alpha, Beta Urine - Gross Beta Urine - Am-241, Cm-244 Urine - C-14 Urine - Cf-252 Urine - Fe-55 Urine - I-125, 129 Urine - Ni-59 Urine - Ni-63 Urine - Np-237 Urine - Po-210 Urine - Pu-238, 239/240 Urine - Pu-241 Urine - Ra-226 Urine - Specific Gravity $28.75 Urine - Sr-89 & Sr-90 as Total Strontium Urine - Tc-99 Urine - Th-228, 230, 232 Urine - Total Uranium Urine - Tritium Urine - U-233/234, 235, 238 Water - Gamma Spectroscopy Water - Gross Alpha Water - Gross Alpha, Beta Water - Gross Beta Water - Am-241, Cm-242, 243/244, 245/246 Water - Am-243 Water - C-14 Water - Cl-36 Water - Fe-55 Water - I-125, I-129 Water - I-131 Water - Ni-59 Water - Ni-63 Water - Np-237 Water - P-32 Water - Pb-210 Water - Pm-147 Water - Po-208, 210 Water - Po-209 Water - Pu-238, 239/240 Water - Pu-241 Water - Pu-242 Water - Ra-226 Water - Ra-226 by Alpha Spectroscopy (not rapid) Water - Ra-228 Water - Rn-222 Water - S-35 Water - Se-79 Water - Sr-89 Water - Sr-89, 90 Water - Sr-90 Water - Tc-99 Water - Te-125m Water - Th-228, 230, 232 Water - Th-229 Water - Total Activity Water - Total Alpha Radium Water - Tritium Water - U-232 Water - U-233/234, 235/236, 238 MIS Prep Sample Compositing Special Preparation for Difficult Matrices CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 541380 Testing Laboratories. •· Based on the above NAICS Code, state whether your company is: •o Small Business (Yes / No) •o Small Disadvantaged Business (Yes / No) •o Woman Owned Small Business (Yes / No) •o Economically Disadvantaged Woman Owned Small Business (Yes / No) •o 8(a) Certified (Yes / No) •o HUBZone Certified (Yes / No) •o Veteran Owned Small Business (Yes / No) •o Service Disabled Veteran Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •· Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •· Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. -FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sept 2006) -FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011) -FAR 52.204-7, System for Award Management (Oct 2016) -FAR 52.211-6, Brand Name or Equal (Aug 1999) -FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013) -FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) -FAR 52.233-2, Service of Protest (Sept 2006) -FAR 52.242-13, Bankruptcy (Jul 1995) -FAR 52.247-34, F.O.B. Destination (Nov 1991) -FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) -FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) -FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) -FAR 52.252-6, Authorized Deviations in Clause (Apr 1984) -DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights (Sept 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) -DFARS 252.209-7004, Subcontracting with Firms That Are Owned or -Controlled by the Government of a Terrorist Country (Oct 2015) -DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Aug 2016) -DFARS 252.225-7048, Export Controlled Items (June 2013) -AFFARS 5352.201-9101, Ombudsman (Jun 2016) -AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) - AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract maybe based off a brand name. Part II. Capability Survey Questions •1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. •2. Describe briefly the capabilities of the nature of the services you provide. •3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? •5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to brigette.shepherd-colter@us.af.mil. E-mail responses should be received no later than 10 days after the issuance of this notice. Direct and sufficient responses are preferred. Marketing materials are considered an insufficient response. Also, you are welcome to mail an original signed copy of your response, on or before the same date, to: AFLCMC/PZIOAC, Bldg. 1, Room 109 Attn: Brigette Shepherd 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937) 522-4597 RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Radio Analytical Testing Lab Services". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: brigette.shepherd-colter@us.af.mil RESPONSE DUE DATE: Responses are due no later than 10:00 am, EST. Friday, 23 Dec 2016 and should be sent to: brigette.shepherd-colter@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0019/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, 711th Human Performance Wing (HPW), Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04349315-W 20161214/161212234413-297fed39313cbc60c610c37670955f0c (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.