SOURCES SOUGHT
B -- Water Quality Laboratory Analysis for NPDES Supplemental Data
- Notice Date
- 1/27/2023 2:50:24 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- PANNWD23P0000001260
- Response Due
- 2/10/2023 12:00:00 PM
- Point of Contact
- Carl Schmurr, Phone: 5037036203
- E-Mail Address
-
carl.r.schmurr@usace.army.mil
(carl.r.schmurr@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. ������� General This is a Sources Sought posted by the United States Army Corps of Engineers (USACE), Contracting, Portland District, Supply & Services Branch (CECT-NWP-S) and is for informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2. The requirement is for a Contractor to provide water sample testing services for the U.S. Army Corps of Engineers (USACE), Portland District (CENWP) Willamette Valley Project (ODV). 2. ������� Project Background In 2015, ODV submitted a National Pollutant Discharge Elimination System (NPDES) permit renewal application to the Oregon Department of Environmental Quality (ODEQ). Upon review of the permit renewal application, ODEQ determined that supplemental data is necessary to proceed with issuing a permit. This Sources Sought and the attached Performance Work Statement (PWS) identifies the analysis required to satisfy the data request. The analysis will be conducted for the following locations, Detroit Dam, Hills Creek Dam, Lookout Point Dam, and Lost Creek Dam in Oregon, USA. This is anticipated to be a firm-fixed price Base Year plus one Option Year contract. 3. ������� Contract Information The Contractor (KTR) will be required to provide: The Contractor shall supply by mail all materials necessary for the safe and method appropriate handling, collection, preservation of water samples. The Contractor shall supply sample containers suitable for the sample matrix and analytical method. The Contractor shall supply shipping labels for the testing materials to be shipped to the lab via one-day ground. The Contractor shall supply the Government with sampling instructions, container labels, chain of custody forms, and packaging instructions. The Contractor shall immediately notify the Government�s Contracting Officer�s Representative (COR) if there are concerns with the samples that require resampling on the part of the Government. The Contractor shall supply analysis results electronically via email to the Government COR. Water samples will be collected by the Government and delivered to the Contractor. The purpose of this Sources Sought is to determine if Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB) are interested and capable to complete this requirement. All interested, capable Small Business concerns are highly encouraged to respond to the POC below. 4. ������� Capability Statements Contractors are requested to submit their capabilities to successfully accomplish the requirements in the PWS. Please confirm your company�s ability to analyze the specific chemicals, elements, and compounds required in the PWS. This confirmation should include how your company is able to do the analysis via specific testing processes, specialized equipment, etc. It is anticipated that the contract will be awarded by 31 March 2023. 5. ������� Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: �NPDES Water Testing Services�. Please send all responses to USACE Contracting Officer, Carl Schmurr, at 503-703-6203 or Carl.R.Schmurr@usace.army.mil. A Firm�s response to this Sources Sought shall be limited to (5) pages total, including cover page, and shall include the following information: a.� Firm�s name, address, point of contact, phone number, email address, CAGE code and SAM number; b.� Firm�s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB); c.� Provide relevant and verifiable information on the Firm�s experience/capabilities as it pertains to the work in the PWS, specifically water quality testing capability, capability to analyze the specific chemicals, compounds, and elements required by the PWS, and quality control; and, d. Any questions you have on the proposed project. 6.� ������ Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ce4693be9a114b25baa9bcc1ade1f876/view)
- Record
- SN06575867-F 20230129/230127230104 (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 |