Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOURCES SOUGHT

J -- MAINTENANCE OF WATER PURIFICATION SYSTEM

Notice Date
5/18/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00481
 
Point of Contact
Dale, Maeghann
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey (USGS), Missouri Water Science Center, Water-Quality Laboratory is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 811219-Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard of $20.5M, for the maintenance of the current water system. The water system produces deionized and organic-free water for use by personnel who are involved in the collection and processing of water-quality samples. The water system consists of an ELGA LabWater PURELAB Option-R15 that produces deionized water and a Barnstead NANOpure Diamond UV (Model D11911) that produces ultrapure, organic-free water. These systems require semi-annual maintenance and occasional unscheduled maintenance to insure the continuous production of high quality deionized and organic-free water which is necessary for job performance. Scheduled maintenance shall be completed within one (1) week of notification and unscheduled maintenance shall be completed within 48 hours of notification. Servicing technicians shall be skilled and authorized by manufacturers to repair and maintain both water systems. In addition, the Missouri WSC Sediment Laboratory has a water system that produces deionized water for use by personnel who are involved in the processing of suspended, and streambed, sediment samples. The water system consists of one (1) mixed bed type 1, 0.45 cf fiberglass filter and one (1) l 0 inch, 20 micron, code F carbon cartridge. These filters need to be replaced quarterly and biannually, respectively, or as needed to insure the continuous production of high quality deionized water which is necessary for job performance. Scheduled maintenance shall be completed within one (1) week of notification, and, unscheduled maintenance shall be completed within 48 hours of notification. Servicing technicians shall be skilled in the repair and maintenance of the water system. General services of these systems shall include the following: 1. Review operations log book 2. Inspect and record system feed water chemistry 3. Inspect and record laboratory point of use performance data 4. Perform laboratory point of use functionality check 5. Maintenance lab point of use - sanitize (using sanitization tablets for ELGA system and sanitization solution for Barnstead system) 6. ELGA LabWater PURELAB Option R-15: Provides Type II water as described in ASTM Dl 193 and ISO 3696. Water is used for feed to an ultrapure water system (in this case the Barnstead Nanopure UV), buffer and media preparation, equipment cleaning, and general chemistry. Vendor shall supply only ELGA LabWater PURELAB Option R-15 products and filters. No after-market or generics products will be accepted. 7. Barnstead NANOpure Diamond UV: Provides Type I water as described in ASTM DI 193 and ISO 3696. Water is used for applications where bacteria free water with ultra-low organics is required. Vendor shall supply only Barnstead NANOpure Diamond UV products and filters. No after-market or generic products will be accepted. 8. Sediment Laboratory: U.S. Filter, deionized water filtration system: Provides Type II water as described in ASTM Dl 193 and ISO 3696. Water is used for processing of water samples for determination of suspended sediment concentration and particle size. THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; and (E) Women Owned Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration. All responses shall be submitted NLT May 25, 2016 at 14:00 MST via e-mail to: mldale@usgs.gov. This is NOT a Request for Quotes (RFQ), Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided. If a solicitation is released, in order to receive an award your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. The anticipated type of contract will be a Base plus four 1-year options, Firm Fixed Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00481/listing.html)
 
Record
SN04120452-W 20160520/160518234113-6fe8f67d8c127724019ea1297cd43d42 (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 |
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.