Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOLICITATION NOTICE

H -- Laboratory Services for Sampling and Analysis at Various Locations, Oahu, Hawaii

Notice Date
11/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition, A-E/Construction/FSC PCO Branch, 400 Marshall Road, Pearl Harbor, HI, 96860-3139
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-06-R-2240
 
Small Business Set-Aside
Total Small Business
 
Description
Laboratory Services for Sampling and Analysis at Various Locations, Oahu, Hawaii. The work includes, but is not limited to sampling and laboratory analytical services for lead, asbestos, polychlorinated biphenyls (PCB) and Hazardous Waste Identification. The work also includes laboratory analytical services for drinking water, wastewater, oil reclamation analysis for used oil, storm water program, monitoring wells and injection wells. All sampling and analysis includes the disposal of sample substances and residues. Interested parties must be able to perform a Turn-Around-Time (TAT) of 24 to 48 hours for the results for tests such as percentage lead in paint and asbestos by Polarized Light Microscopy. The Government will require testing for Bioassay (Whole Effluent Toxicity - Chronic) of biological species Ceriodaphnia Dubia, completed by EPA Method 1002.0. Effluent water samples must be air shipped if no lab can be found locally, which has a hold time of 36 hours and a storage temperature of 4 degrees Celsius. Interested parties shall provide packing and shipping of the samples to their laboratory. The analyzing laboratory location must be such that samples in a cooler with blue ice can reach it within hold time of the analysis with cooler temperature at 4 degrees Celsius. All work required herein shall be performed in accordance with all applicable Federal, State, and local laws and regulations. A Certified Industrial Hygienist (CIH) shall be provided at the work site to perform safety and occupational health management, surveillance, inspections and safety enforcement for the Contractor. Interested parties must have the following qualifications and certifications: (1) National Environmental Laboratory Accreditation Program (NELAP)for environmental chemical anaysis; (2) American Association for Laboratory Accreditation (A2LA) or American Industrial Hygiene Association (AIHA) under the National Lead Laboratory Accreditation Program (NLLAP) as required by the Environmental Protection Agency for lead paint analysis; (3) National Voluntary Laboratory Accreditation Program (NVLAP) for asbestos analysis; (4) Certification by the Hawaii Department of Health for drinking water analytes testing; (5) Proof of registration as an asbestos analysis lab with the Department of Health, Noise, Radiation and Indoor Air Quality Branch (as required by Hawaii Administrative Rule 11-503); (6) Proof that the inspectors/samplers for the asbestos program are registered with the Department of Health. The NAICS Code for this procurement is 541380 and the annual size standard is $10 million. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. This is a new procurement. It does not replace an existing contract. No information exists on prior contracts. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The solicitation utilizes source selection procedures which require offerors to submit a technical and price proposal for evaluation by the Government. Proposal receipt date is approximate.
 
Place of Performance
Address: Oahu, Hawaii
Zip Code: 96818
 
Record
SN00938415-W 20051130/051128212015 (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.