SOLICITATION NOTICE
R -- Dioxin Furan Chemical Testing for Public Health Command
- Notice Date
- 4/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-11-T-0051
- Response Due
- 5/2/2011
- Archive Date
- 7/1/2011
- Point of Contact
- MAJ Eric A. Brooks, 4102780848
- E-Mail Address
-
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(eric.brooks1@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Anticipated Scope of Activities: The Government anticipates a requirement where the objective will be to provide USAPHC with analytical services for the analysis of multi-media, multi-phase samples for Dioxin/Furan compounds in various matrices - such as water, soil, sediment, and air. The Methods required under this contract are EPA 8290A and/or EPA 1613B for the water/soil/sludge, and EPA TO-9A for the air. The Air samples may be either a SMALL Polyurethane Foam (PUF) with a 47mm round QMA particulate pre-filter (1.5 inches in diameter bu 1.5 inches high) or a LARGE PUF with a 1.2mm round QMA particulate pre-filter (2.5 inches in diameter by 2.5 inches high). The contractor shall use quality instrumentation and reference methodologies to analyze samples. Strict adherence to chain-of-custody and quality control procedures is required at all times. Contractor shall meet PHC designated turnaround times - STANDARD = 20 calendar day, HIGH = 12 calendar day. Approximately 10% of total samples forwarded to contractor shall be designated HIGH PRIORITY. Instrumentation required for analysis Laboratory facilities required: Minimum of 3,500 sq. ft. of laboratory space; adequate electrical service; Reagent water to meet ASTM Type II classification; Class A volumetric glassware for all analyses; Adequate fume hood system to provide safe handling of hazardous materials. Laboratory Personnel required: Shall meet the qualification requirements as defined in their third party body accreditation requirements (i.e. NELAC, A2LA) The analytical testing cannot be performed at another location. The contract laboratory shall be accredited by the National Environmental Laboratory Accreditation Program or the American Association for Laboratory Accreditation for all methods and matrices covered by this contract. These accreditations shall meet all the requirements of the ISO 17025:2005 standard and the methods and matrices covered by this contract must be listed on the laboratory's scope of accreditation. The contractor shall submit data packages comprising documentation for sample receipt/analyses, data reduction, quality control, raw data generation and electronic data transfer. Please see attached Solicitation, Statement of Work and Schedule of Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/34d38d73bd63558ade559b3d9f30d0dc)
- Place of Performance
- Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02425879-W 20110417/110415234355-34d38d73bd63558ade559b3d9f30d0dc (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 |