Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2021 SAM #7309
SOURCES SOUGHT

99 -- JBLM-YTC DPW ANALYTICAL LABORATORY TESTING SERVICES

Notice Date
12/3/2021 11:35:29 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
GSA FAS AAS REGION 10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47QFAA22K0004-RFI
 
Response Due
12/13/2021 10:00:00 AM
 
Archive Date
12/28/2021
 
Point of Contact
Holly Jones-Rothacker, Phone: 253-931-7515, Bryan Medina, Phone: 253-931-7509
 
E-Mail Address
holly.jones-rothacker@gsa.gov, bryan.medina@gsa.gov
(holly.jones-rothacker@gsa.gov, bryan.medina@gsa.gov)
 
Description
DISCLAIMER This Request for Information (RFI) does NOT constitute a Request for Proposal/Quote and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time. Response to this notice is not a request to be added to a bidders list or to receive a copy of any future solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Any information submitted by respondents as a result of this Notice is strictly voluntary. Future participation in any upcoming acquisition, whether as a Prime or Subcontractor, is not predicated upon having responded to this RFI Notice.� BACKGROUND� The anticipated contract is for analytical services support for the Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC).� In executing environmental sampling and monitoring under requirements of Clean Water Act (CWA) and Safe Drinking Water Act (SDWA) and permits issued to the installation, JBLM and YTC have a need for an analytical laboratory to provide timely chemical analysis of the following generic categories of matrices: Soil/Sludge Compost Wastewater Drinking Water Biosolids The objective of this contract is to obtain chemical data that is technically valid, of known quality, and legally defensible, that will meet or exceed the required project-specific Data Quality Objectives (DQOs).� The Contractor is expected to provide professional scientific and technical services to perform chemical analysis testing for the matrices specified in Section 1.� In meeting this expectation, the Contractor shall perform and assume all responsibility for the precision, accuracy, completeness, comparability and sensitivity of the analysis not attributable to matrix effects or lack of sufficient sample volume.� Due to sample short hold times for some analysis, the Contractor must utilize laboratories within 50 miles of JBLM Main Gate and Yakima Training Center to allow for Government employees to drop off samples within the analytical hold time. A copy of the draft Performance Work Statement (PWS) for this effort is provided as an attachment to this RFI, along with Attachment B, which identifies the specific testing methodologies and estimates that are anticipated.� The draft PWS is being provided for informational purposes only in order to allow interested RFI responders to obtain a general idea of the scope and complexity of the proposed requirement, and is therefore subject to change before any final solicitation issuance. PROPOSED PERIOD OF PERFORMANCE The proposed Period of Performance for these services, if awarded, is 12 months from date of award, with up to four (4) subsequent annual option periods. The NAICS applicable to this requirement is 541380 with a size standard of $15 million. REQUEST FOR INFORMATION Please reply with your capabilities and complete the attached questionnaire. Reponses must include a business point of contact, phone number, email address and Cage Code. The applicable North American Industry Classification Standard Code (NAICS) is 541380. The small business size standard is $15.0M in average annual receipts. Responses should also state whether the business is currently classified as Large, Small, Small Disadvantaged, 8(a), HubZone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small Business concern under NAICS 541380. Responses to this RFI are due no later than 10:00AM Pacific Time, on Monday, December 13, 2021. RFI responses shall be submitted, via e-mail only, to the GSA R10 AAS Contract Specialist, Bryan Medina at Bryan.Medina@gsa.gov and Contracting Officer, Holly Jones-Rothacker at Holly.Jones-Rothacker@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a59c8857c50848228ee415baaaf241a2/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN06191127-F 20211205/211203230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.