Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,2000 PSA#2582

US 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