|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,2000 PSA#2582US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 B -- LABORATORY ANALYSIS OF VARIOUS SAMPLES IN SUPPORT OF VARIOUS
ENVIRONMENTAL PROJECTS IN THE PACIFIC REGION SOL DACA83-00-R-0021 DUE
062600 POC Contract Specialist KENT TAMAI (808) 438-9700 WEB: Honolulu
Engineer District Contracting Home Page,
http://www.poh.usace.army.mil/pohct. E-MAIL: click here to contact the
contract specialist via, kent.tamai@usace.army.mil. Laboratory
Analysis of Various Samples in Support of Various Environmental
Projects in the Pacific Region. 1) CONTRACT INFORMATION: The US Army
Engineer District, Honolulu intends to issue an unrestricted
solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ)
Services Contract for the chemical analysis of soils, debris,
sediments, sludges, groundwaters, surface waters, oils, wastes, and
other environmental samples. One contract will be negotiated and
awarded with a base period not to exceed one year and three option
periods not to exceed one year each. The amount of work in each
contract period will not exceed $200,000.00. The Standard Industrial
Code (SIC) is 8734, Testing Laboratories. Work will be issued by
negotiated firm fixed price task orders, with a maximum amount not to
exceed $200.000.00 per task order. The Government obligates itself to
obtain no less than $5,000.00 for the based period and each option
period that is exercised. The minimum for an individual task order will
be for one sample and one analysis. The Government may exercise a
contract option before the expiration of the base contract period or
preceding option period if the contract amount for the base contract
period or preceding option period if the contract amount for the base
period or preceding option period has been exhausted or nearly
exhausted. 2) PROJECT INFORMATION: Analytical services will be
performed by the Contract Laboratory in support of the District
programs. The objective of this contract is to obtain technically valid
and legally defensible environmental data that will meet or exceed the
required site specific Data Quality Objectives. This contract
describes the management policies, objectives, principles and
procedures which will be used to generate data of the required quality.
This contract also defines the quality assurance program for oversight
of the Contract Laboratory activities and for the evaluation of the
analytical data generated by the Contract Laboratory. All work
performed under this contract shall meet the applicable portions of the
US Army Corps of Engineers Engineering Regulation 1110-1-263, Chemical
Data Quality Management for Hazardous Waste Remedial Activities, and
any revisions to the document. The Contract Laboratory must be
certified (by the state in which the laboratory is located) for the
analysis of organic and inorganics in drinking water, and maintain that
certification throughout the life of the contract. The Contract
Laboratory must be validated by the US Army Corps of Engineers prior to
award of the contract and must maintain this validation status
throughout the life of this contract. The purpose of laboratory
validation is to ensure that the Contract Laboratory meets the
Engineering Regulation 1110-1-263 for generation of chemical data with
legally defensible accuracy and precision. This validation is a
parameter and matrix-specific validation. Analyses will generally be
from SW 846, the EPA CLP Statement of Work and other EPA documents.
Qualifications of personnel shall conform to the standards outlined in
the Scope of Work and Engineering Manual EM 200-1-1, Validation of
Analytical Chemistry Laboratories. For many task orders, the Contractor
shall pick up, package, and ship samples from the Corps of Engineers'
office in Honolulu. In some cases samples will be shipped directly to
the laboratory. The Contractor shall provide all supplies, materials,
and labor required from the time of sample pick-up through reporting of
the analytical results. The Contractor shall also provide clean sample
bottles as required in each Scope of Work. Reporting of results will
include both paper and electronic reporting. The length of the contract
is from one year from the date of award with government options for
three more years. 3) SELECTION CRITERIA: The three major evaluation
factors listed in descending order of importance are: (1) Offeror's
past performance, experience and capability statement, (2) offeror's
quality control program, and (3) analytical instrumentation. 4)
SOLICITATION INFORMATION: Solicitation to be issued O/A May 27, 2000.
Traditional hard copies of plans and specifications will not be
available for this project. Solicitation documents will be provided on
Compact Disks-Read Only Memory (CD-ROM) for a non-refundable charge of
$62.30. Solicitation documents shall be requested through any of the
following methods only: a) mail requests to: Document Automation &
Production Service, Attn: Army Corps Solicitation, 1025 Quincy Ave.
Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service
(Fedex, UPS, etc.)to: Document Automation & Production Service,
Attn: Army Corps Solicitation, Pearl Harbor Naval Base Building 550,
Pearl Harbor, Hawaii 96860; or c) via facsimile (if paying by credit
card) to (808) 473-2604. Requests must state company name, address,
telephone number, facsimile number, solicitation number, project title,
and company designation (prime contractor, subcontractor, supplier, or
plan room). Envelope front must show the solicitation number. Checks
shall be made out payable to Superintendent of Documents. Provide
separate check for each project requested. Checks containing payment
for multiple projects will be returned to requestor without action.
Facsimile requests must state (1) the above required company
information, and (2) cardholder's name, account number, and card
expiration date. VISA and MasterCard are the only credit cards
accepted. Firms requesting air express service shall furnish completed
airbills showing recipient's name, company name, telephone number,
company billing account number, and type of delivery required. Firms
with foreign delivery addresses shall provide completed commercial or
corporate invoices in addition to the completed airbills. Failure to
supply completed airbills and commercial or corporate invoices (if
applicable) will result in solicitation documents being sent via
regular US mail. Failure to provide any of the foregoing information,
documents, and/or payment may delay mailing of solicitation documents.
Solicitation documents are not available for purchase or pick-up over
the counter at DAPS. Please allow up to five days from the date DAPS
receives requests for solicitation documents to be mailed out. Address
inquiries regarding issuance of solicitations, amendments, and plan
holder listings to DAPS at (808) 473-0451. Address technical and all
other inquiries to the points of contact identified in this document.
Firms with Internet access are requested to obtain plan holder listings
from DAPS website http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm.
Project information, to include Bid Opening Dates, can be obtained From
the Honolulu Engineer District website
http://www.poh.usace.army.mil/pohct. Small, small disadvantaged and
women-owned small business concerns are encouraged to participate as
prime contractors or as members of joint ventures with other small
businesses and all interested contractors are reminded that the
successful contractor will be expected to place subcontracts to the
maximum practicable extent withsmall, small disadvantaged and
women-owned small business concerns in accordance with the provisions
of Public Law 95-507. Posted 04/15/00 (W-SN445431). (0106) Loren Data Corp. http://www.ld.com (SYN# 0015 20000419\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|