SOURCES SOUGHT
H -- Laboratory Services for Coal Analysis
- Notice Date
- 4/15/2010
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-10-T-0180
- Point of Contact
- Brian J Long, Phone: 9375224639
- E-Mail Address
-
brian.long@wpafb.af.mil
(brian.long@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- TYPE OF ANNOUNCEMENT: This is a sources sought synopsis for information and planning purposes only and is issued to determine if there are offerors interested in and capable of providing Water Sample Analysis Services. All responsible sources may submit a capabilities statement, which shall be considered by the agency. Responses to this announcement must be received not later than 4:00 P.M local time on 07 May 2010. POINT OF CONTACT: Brian J. Long, brian.long@wpafb.af.mil, (937) 522-4639, fax (937) 656-1412. All correspondence sent via e-mail shall contain a subject line that reads "FA8601-10-T-0186, Water Sample Analysis Service" E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. If not using e-mail of fax, send capabilities statements, proposals, or quotations to: 88 CONS/PKBB, ATTN: Mr. Brian J. Long 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433-5309 Please include in all correspondence a reference to "FA8601-10-T-0186, Water Sample Analysis Service". NAICS CODE: 541380 SIC CODE: 8734 DESCRIPTION OF REQUIRMENT: Analysis of water samples is a critical component of the base monitoring program for storm water, wastewater, and distribution water. The monitoring program is driven by Ohio EPA National Pollutant Discharge Elimination System (NPDES) Permit No. 1IO00001, City of Dayton Sewer Use Ordinance, City of Fairborn Sewer Use Ordinance, and the Safe Drinking Water Act. As such there are a number of specific requirements laboratory services must meet which are critical to compliance. These requirements or critical aspects are listed below in order of importance to this particular contract. Ohio EPA Certification: The contractor must maintain OEPA certification to analyze drinking water samples. Distribution water samples contribute to the drinking water supply and thus must be analyzed in the same regard as drinking water samples. Additionally, OEPA certification demonstrates the laboratory to maintain quality control measures consistent with industry and Clean Water Act standards. Emergency Sample Capability: Occasionally, samples have a short hold time or otherwise require immediate analysis. The laboratory contractor must be capable of providing emergency or non-routine services 24-hours a day 365 days per year to include after normal business hours, weekends, and holidays. Capacity: The contractor must have the appropriate capacity to analyze a large number of samples on a regular basis. Proper capacity is crucial to maintain acceptable turn-around-time for sample results. Cost: The contractor should have costs consistent with industry standards and comparable to previous water lab contracts. EXISTING CONTRACT INFORMATION: Laboratory Sample Analytical Testing Services are currently performed under contract FA8601-08-P-0075, which expires 30 November, 2010. The incumbent contractor is Belmonte Park Environmental Laboratories, CAGE Code 3DAH5. The estimated value of the current 3-year contract (including its base period and 2 option periods $42,000.00 The SIC and NAICS codes are 8734 and 541380, respectively. CAPABILITIES PACKAGE: Interested firms should submit a capability statement that describes the firm's capability to provide all of the supplies and services described above. Include the firm's name, physical address, mailing address, telephone number, fax number, e-mail address, website URL, Commercial and Government Entity (CAGE), and Dun & Bradstreet Data Universal Numbering System (DUNS) Number, if available. The firm should also state if it is a small business in the NAICS Code applicable to the requirement. Capabilities statements, proposals, or quotes should be brief and concise, yet clearly demonstrate the ability to provide the required services at fair and reasonable prices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0180/listing.html)
- Record
- SN02123622-W 20100417/100415235633-43bda7c5b4f898e6bc4f78db2e25143a (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 |