Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2023 SAM #7942
SOURCES SOUGHT

F -- Water Quality Laboratory Services

Notice Date
8/24/2023 1:06:33 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F23SM029
 
Response Due
8/31/2023 2:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Marissa Warner
 
E-Mail Address
marissa.k.warner@usace.army.mil
(marissa.k.warner@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Response Form Water Quality Laboratory Services Sources Sought Notice #W9128F23SM029 PURPOSE:� By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small businesses. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction.� There is no solicitation currently available. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Omaha District (NWO), intends to pursue award of one five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to address Laboratory Analysis to Support Water Quality Monitoring by the Omaha District Water Quality team. The IDIQ is estimated at $3.9M capacity. This requirement is for laboratory analysis of water and sediment samples collected by the U.S. Army Corps of Engineers (USACE) Omaha District or the District�s cooperators. The selected laboratory will analyze collected samples for physical, chemical, biological, and bacteriological water quality parameters. The period of performance is one five-year base IDIQ. Collected samples include: Ambient surface water samples from District reservoirs, rivers, and streams. Runoff surface water samples from inflows to District reservoirs. Sediment and prepared elutriate testing samples collected at District projects and proposed restoration project sites. Samples to assess water quality impacts and compliance with conditional State 401 certifications at constructed restoration project sites. Special water quality studies. Estimated Project Solicitation Issue date: OCT 2023 Small Businesses are reminded under FAR 52.219-14(e)(1), Limitations on Subcontracting Services. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.� Prior Government contract work is not required for submitting a response to this Sources Sought synopsis. RESPONSES:� Please respond to all information requested in this notice not later than (1600 CST) 31-AUG-2023. Please include the Sources Sought Notice Identification Number in the subject line of the email submission with Attention to: marissa.k.warner@usace.army.mil, constance.r.ellard@usace.army.mil �and cenwo-sb@usace.army.mil. ��� REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE: Company Name, address, phone number, point of contract, email, web address: CAGE Code and Unique Entity Identifier (UEI): North American Industry Classification System Code (NAICS): State whether your firm is classified by the Small Business Administration as any of the following: a.Small Busines Small Disadvantaged Business Service-Disabled Veteran Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUBZone Historically black colleges and Universities/Minority Institutions None of the above �Is your company currently registered in System for Award Management (SAM)? Has your company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)?� If yes, provide an explanation: CAPABILITIES and SUBMISSION REQUIREMENTS: Please provide a capability statement no more than two (2) 8.5""x 11"" size electronic pages with 1-inch margins and using a minimum of 10-point Arial font. What certified parameter specific capabilities does your laboratory have in analyzing surface water, sediment, and elutriate samples (method detection limits included)? Is your laboratory State certified under the Federal Safe Drinking Water Act?� Yes, or No? Is your laboratory accredited under the National Environmental Laboratory Accreditation Program (NELAP)?� Yes, or No? Is your laboratory capable of processing 100-300+ samples (800+ individual analytes) per week for an extended period? �In doing so, is your laboratory able to analyze all samples using approved (EPA/SM) methodologies, within EPA approved holding times, and meet a result turn-around of 60-days or less? Yes or No? Briefly explain how your laboratory handles sample shipping?� Is your laboratory able to provide 5-10 seventy-quart coolers with premade overnight return shipping labels, possibly weekly during the summer? (All collected water samples will originate from Omaha NE). CAPABILITIES AND SUBMISSION REQUIREMENTS: SUBMISSION DETAILS: All interested, capable, qualified, and responsive contractors under NAICS code 541380 are encouraged to reply to this request. Please include the following information in your response/narrative: Company name, address, and point of contact, with phone number and email address. CAGE Code and DUNS/EID number Business size to include any official teaming arrangements as a partnership or joint venture. Details of similar projects and state whether you were the Prime or Subcontractor Start and end dates of services performed. Project references (including owner with phone number and email address) Project cost, term, and complexity of job COMMENTS: Provide comments or identify any concerns your company has regarding the planned solicitation. �Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/727678f2ec7f41b5ad174965346a5ad3/view)
 
Place of Performance
Address: Omaha, NE 68102, USA
Zip Code: 68102
Country: USA
 
Record
SN06806630-F 20230826/230824230102 (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.