Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
SOURCES SOUGHT

H -- Conduct Assays on Samples of Gold

Notice Date
2/16/2005
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Treasury, United States Mint (USM), ATTN: Corporate Procurement, 801 Ninth Street, NW, Washington, DC, 20220
 
ZIP Code
20220
 
Solicitation Number
SSN-TGS-02162005
 
Response Due
2/24/2005
 
Archive Date
3/11/2005
 
Description
The United States Mint requires Contractor support to perform assays on a statistically significant number of gold samples taken from gold bullion stored in vaults at the United States Mint. Failure through this notice to locate additional qualified sources for the work set forth herein may result in the sole source award of an Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order contract with a period of performance of five years to Ledoux and Company of 359 Alfred Avenue, Teaneck, NJ 07666. The selected Contractor shall perform assays on samples of gold (United States Mint Furnished Property) weighing approximately 0.1 gross troy ounces each. Gold samples will be ?high fine grade? with a 99.95% or higher level of purity. The assay tests on the samples shall be conducted as blind tests, with no further information than that provided above. At minimum, the Contractor shall report the gold content of each sample, expressed as a percentage, using a format of at least a four digits with at least two digits beyond the decimal point (i.e. 99.95%). Batches of samples will be shipped via registered mail to the selected Contractor at different times during the year. In past years, the United States Mint sent batches of 70 to 150 samples at a time and this trend is expected to continue through the next several years. However, it is possible that a much larger batch of samples could be provided all at once during the period of the contract. The Contractor shall be notified at least five (5) working days in advance of samples being shipped. The Contractor shall complete the assay testing and reporting of any batch containing 150 samples or less within 15 business days. For each additional 25 samples in the batch, the contractor shall be allowed 2 additional business days to complete the assay testing and reporting. If a formal solicitation is issued, the competing vendors will be asked to propose assay testing of the samples using any assay method or any combination of assay methods conducted in accordance with American Society for Testing and Materials (ASTM) guidelines. The vendors shall fully explain in their technical proposals how they intend to process the samples, which ASTM approved assay testing method (or methods) will be employed, and the extent of destruction to the sample (if any) each assay method is expected to cause. The selected Contractor?s proposed assay method may be incorporated into the Performance Work Statement for the contract. For the purposes of this notice, all responding vendors are requested to describe the laboratory or facilities they have available within the continental United States for conducting this work, and, their experience in performing the identical work. Interested vendors that can meet the requirements should respond by sending an email message to the United States Mint point of contact set forth herein. All work under this contract shall be performed within the continental United States. The United States Mint is contemplating the award of an Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order contract with a period of performance of five years for the effort. Pricing for individual task orders under the contract shall be based upon the number of samples included in a batch of samples submitted for testing. Provisions of law governing procurement or public contracts shall not be applicable to the procurement of goods or services necessary for carrying out United States Mint programs and operations. See 31 U.S.C. ? 5136.
 
Place of Performance
Address: Contractor's place of business, only if within the continental United States.
 
Record
SN00753189-W 20050218/050217080651 (fbodaily.com)
 
Source
FedBizOpps.gov 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.