SOLICITATION NOTICE
H -- LABORATORY SAMPLING AND ANALYSES
- Notice Date
- 12/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 924110
— Administration of Air and Water Resource and Solid Waste Management Programs
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
- ZIP Code
- 33621-5000
- Solicitation Number
- Reference-Number-SC35605
- Response Due
- 1/6/2005
- 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. The solicitation number for this procurement is SC35605 and is a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-13. This procurement is set-aside 100% for small business and falls under North American Industry Classification System (NAICS) classification 924110, SIC 9511. The Government intends to issue a Blanket Purchase Agreement (BPA) for the following: Service shall be performed at MacDill AFB, Fl various location. The Agreement will start two weeks after award. However, immediate performance of the requirement is acceptable (based on the availability of funding). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at Http://farsite.hill.af.mil/. The following provisions apply to this acquisitions FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation- Commercial Items, FAR 52.212-3 Alt I (Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes Apr 2001 or Executive Orders-Commercial Items (Deviation), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-22, Previous Contracts and Compliance Reports, FAR 52.222-26 Equal Opportunity, FAR 52.222-41 Service Contract Act of 1965 (As Amended), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.232-36 Payment by Third Party, FAR 52.233-3 Protest After Award, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.246-1 Contractor Inspection Requirements, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this acquisition, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A Required Central Contracting Registration Alternate A, DFARS 252.243-7001 Pricing of Contract Modifications. DEADLINE: All resumes? and bid/quotes will be accepted at the 6 Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB Fl 33621, Attn TSgt Stevie J. Carmack, or by email stevie.carmack@macdill.af.mil NO LATER THAN 6 January 2005, 1400 (2:00 pm) EST. STATEMENT OF WORK FOR LABORATORY SAMPLING AND ANALYSES 1. MacDill?s Environmental Compliance (EC) and Installation Restoration Programs (IRP) would like to set up a blanket purchase agreement (BPA) with a laboratory. The BPA would include sampling and analyses of various media such as: soil; sediment; storm water; surface water; and/or other hazardous waste streams (i.e., paint filters, paint chips, bead blast media, sludge, etc.). Some of sampling locations throughout the base would include: ditches; canals; swales; storm water outfalls; embankments; drums; containment areas; etc. The Contractor must provide their field technicians all equipment needed to retrieve samples. Some locations may require the use of a watercraft. 2. Requirements for the lab selected follow: a. The lab must maintain certification through the National Environmental Laboratory Accreditation Council (NELAC), which is a requirement for the EC/IRP programs. b. The selected laboratory must provide Environmental Restoration Program Information Management System (ERPIMS) electronic data deliverables (EDD). ERPIMS data submittals are an Air Force requirement for EC/IRP as data is uploaded to USACE Omaha district office in a specified format compatible for use by DoD, Environmental Protection Agency (EPA), Florida Department of Environmental Protection (FDEP), and other stakeholders. ERPMIS data includes: laboratory control samples (LCS); surrogate recoveries; method blanks; and internal standards. c. The sampling field technicians must posess 40 hour(s) HAZWOPER (40CFR 1910.120(e) trained and certified as this is a requirement for working in potentially contaminated or hazardous environments on MacDill AFB. d. While some analyses require 48 hour preservation or hold time, the selected lab must produce preliminary data to the EC/IRP programs within 7 days, regardless of holding times, and ERPIMS deliverable data within 14 days. 3. The period of performance will be on an annual basis, and with the availibility of funding may remain in affect up to five (5) years or until the BPA maximum funded amount is reached. to be renewed each year. The total number of samples is yet to be determined, but at a minimum would be at least 24 samples from 24 locations on MacDill determined by EC/IRP personnel. Samples to be taken will include many of the analytical parameters listed on the included list; however, this may vary depending on the sampling location and media. 4. The laboratory must be able to perform the following methods/analyses: PARAMETER IS LISTED FIRST FOLLOWED BY METHOD; VOC Soil 8260/5035, VOC Aqueous 8260, SVOC 8270, Herbicides 8151, Pesticides 8081, PCB 8082, Cyanide 9012, TPH FL PRO, TAL Metals 6010/7471, RCRA Metals 6010/7471, Individual Metals 6010, TCLP Extraction 1311, TCLP ZHE 1311, SPLP Extraction 1312, STORMWATER: TDS 160.1, TSS 160.2, Hardness 130.1, Alkalinity 310.1, Calcium 6010, Magnesium 6010, Sodium 6010, Potassium 6010, Carbonate 310.1, BiCarbonate 310.1, Sulfate 300.1, Chloride 300.1, Nitrate-N 300.1, Nitrite-N 300.1, Ammonia-N 350.1, TKN 351.3, Iron 6010, Manganese 6010, MBAS 425.1, pH 150.1, Hourly portal to portal sampling rate, Water access via small jon boat/canoe
- Place of Performance
- Address: 2606 Brown Pelican Ave., MacDill AFB, FL
- Zip Code: 33621-5000
- Country: USA
- Zip Code: 33621-5000
- Record
- SN00956970-W 20051224/051222212225 (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 |