SOLICITATION NOTICE
B -- ISM01.1 MULTI-MEDIA, MULTI-CONCENTRATION INORGANIC ANALYSES
- Notice Date
- 7/25/2008
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- PR-HQ-08-10103
- Response Due
- 8/15/2008
- Archive Date
- 8/15/2009
- Point of Contact
- WENDY S. RIZZO, Contract Specialist, Phone: 2025646657, E-Mail: rizzo.wendy@epa.gov; DIANNE LYLES, Placement Contracting Officer, Phone: 202-564-6111, E-Mail: lyles.dianne@epa.gov
- Small Business Set-Aside
- N/A
- Description
- The U.S. Environmental Protection Agency (USEPA) Office of Acquisition Management (OAM) is conducting market research for potential sources FOR INFORMATION PURPOSES ONLY to identify: small; small disadvantaged; women-owned; 8(a); HUBZone and service disabled veteran-owned business concerns that possess the necessary technical capabilities to provide data analysis for use in Multi-Media, Multi-Concentration Inorganic Sample Analyses for US EPA?s Office of Superfund Remediation Technology Innovation (OSRTI). The analytical methods are for the isolation, detection and.the quantitative measurement of 23 metals (including mercury) and cyanide in aqueous/water and soil/sediment/wipe and air environmental samples. The information attained as a result of this announcement will be used to determine the extent to which this acquisition will be set aside for small business concerns. This requirement will satisfy a need for qualified laboratories to apply US EPA Contract Laboratory Program (CLP) analytical methods for metals and in wipes and air filters. The analytical method must have the capability to determine the nature and the extent of contamination at the hazardous waste site, assessing priorities for response(s) based on the risks to human health and the environment, determining appropriate cleanup actions and when remedial actions are complete. The North American Industries Classification System (NAICS) code for this requirement is 541380 and the Standard Industrial Classification (SIC) code is 8734 and the size standard is $11.0 Million. Please note THIS IS NOT A REQUEST FOR PROPOSAL. The USEPA intends to award multiple indefinite delivery/indefinite quantity type contracts with a six month base period and four (4) 12-month option periods. Detailed information on the analytical requirements is provided via the Inorganic (ISM01.1) Statement of Work (SOW) and its associated exhibits/appendices which are posted to the following web page: ( http://www.epa.gov/superfund/programs/clp/ism1.htm).To evaluate the potential number of laboratories capable of adequately performing under the SOW, a thorough review of laboratory Capability Statements will be made. Laboratories responding to this sources sought synopsis are requested to provide the US EPA all the appropriate documentation that would assure the US EPA that for any possible future contract(s) with the CLP, the laboratory will be able to: (1) Adhere to a written QAP containing the elements described under Exhibit E, Section 5 of the SOW; (2) Adhere to Standard of Operating Procedures (SOPs) containing the elements described under Exhibit E, Section 6 of the SOW; (3) Adhere to the analytical methods detailed in Exhibit D and associated Quality Control (QC) requirements specified in Exhibit E of the SOW; (4) Verify and document analytical standards and retain documentation of the purity of neat materials, as well as the purity and accuracy of solutions obtained from private chemical supply houses; (5) Submit all raw data and required documentation for Regional review; (6) Submit results of all analyzed laboratory evaluation samples, including adherence to corrective action procedures; (7) Submit, upon request, instrument data tapes and applicable documentation for tape audits, including a copy of the Sample Data Package; (8) Submit on-site laboratory evaluations and adhere to corrective action procedures; and (9) Submit all original documentation generated during sample analyses for US EPA review. Documentation required to be submitted during the sources sought by each laboratory for evaluation by the US EPA include the following: 1) CAPABILITIES STATEMENT MANUAL. The laboratory shall submit a written capabilities statement detailing the following: a. Organizational chart listing key personnel, including section managers, analysts, sample receiving personnel, Quality Assurance (QA) staff, and Information Technology ( IT) personnel that would participate in the performance of a contract under the SOW, and a copy of the job description and/or other documentation outlining the duties and responsibilities of the laboratory Quality Assurance Manager. Include sufficient information to assure the laboratory?s capability of analyzing, at a minimum, 1600 units per month (a unit consists of an individual ICP-AES, ICP-MS, mercury, or cyanide analysis). b. Inventory of key instrumentation to be used in the performance of the SOW, not including laboratory consumables and glassware. Sufficient information should be included to assure the laboratory?s capability of analyzing, at a minimum, 1600 units per month (a unit consists of an individual ICP-AES, ICP-MS, mercury, or cyanide analysis). c. Inventory of IT equipment and systems to be used in the generation and submission of electronic data as required in Exhibit H of the SOW. d. Copies of current State or Federal certifications, if applicable. e. Copies of two most current Performance Evaluation Sample evaluations (US EPA sponsored WP, WS, CLP, or other) performed by t he laboratory. Interested concerns who believe they have the capability of providing the required services as defined in the ISM 01.1 SOW are invited to submit a Capabilities Statement. Responses, including the vendor?s business status (e.g. large, small, small disadvantaged, minority-owned, 8(a), etc.) should be mailed to the following: (1) U.S. POSTAL SERVICE ADDRESS:Environmental Protection AgencyBid and Proposal Room, Ariel Rios Building (3802R)ATTN: Wendy Rizzo 1200 Pennsylvania Avenue, N.W.Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS:Environmental Protection AgencyBid and Proposal Room, Ronald Reagan Building, 6th FloorATTN: Wendy Rizzo 1300 Pennsylvania Avenue, N.W.Washington, DC 20004 Original Point of Contact Wendy Rizzo, Contract Specialist, E-mail: rizzo.wendy@epa.gov or Dianne Lyles, Contracting Officer, E-mail: lyles.dianne@epa.gov CAPABILITIES STATEMENTS SHALL BE SUBMITTED NO LATER THAN 2:00 PM EASTERN, August 15, 2008. Information contained in the Capabilities Statements will be used to determine the qualifications of the business community with respect to this requirement. DEPENDING ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT WILL BE SET-ASIDE FOR SMALL BUSINESSES, PARTIALLY SET-ASIDE FOR SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to concerns regarding their individual submissions. NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE SERVICES DESCRIBED IN THE ILM SOW AS DESCRIBED IN THIS DOCUMENT.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9ea73fd48b07a01fb08e4f4c71c6c64&tab=core&_cview=1)
- Record
- SN01624127-W 20080727/080725225831-c9ea73fd48b07a01fb08e4f4c71c6c64 (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 |