Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2006 FBO #1795
MODIFICATION

B -- CHEMICAL ANALYSIS OF ENVIRONMENTAL AND OC CUPATIONAL SAMPLES

Notice Date
10/20/2006
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-FA8900-06-R-9002
 
Response Due
5/12/2006
 
Point of Contact
Daniel Cevallos, Contract Specialist, Phone 210-536-8359, Fax 210-536-6316,
 
E-Mail Address
Daniel.Cevallos@brooks.af.mil
 
Description
AIR FORCE INSTITUTE FOR OPERATIONAL HEALTH (AFIOH) BROOKS CITY-BASE TEXAS Air Force Chemical Sample Analyses SOURCES SOUGHT SYNOPSIS (SSS) FA8900-06-R-9002 24 April 2006 Headquarters Air Force Material Command, Aeronautical Systems Center, 311 Human Systems Wing, Air Force Institute for Occupational Health at Brooks City Base, San Antonio TX is conducting market research for information in developing a preliminary acquisition strategy for Air Force Chemical Sample Analyses requirements. This synopsis is for market research only. It is not a: Solicitation or a commitment by AFIOH to contract for services identified herein. The Government will not pay respondents for information in response to this market research. This SSS and the information collected will not restrict the Government as to its ultimate acquisition approach. 1. PURPOSE/GENERAL INFORMATION: AFIOH is considering awarding a firm-fixed Price (FFP) Blanket Purchase Agreement(s) (BPA) or an Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) for chemistry and occupational health services in support of operational requirements at various Air Force installations (See attachment 3). The Government is interested in identifying firms who possess the capability and experience to provide laboratory support services for Chemical analysis of environmental and occupational samples. The current projected rough order of magnitude (ROM) for all bases is $8 to $9 Million over a five year period of performance. The North American Industry Classification System (NAIC) code for this effort is “541380”. Interested sources should provide a capabilities package per the instructions below. 2. BACKGROUND/DESCRIPTION: The objective of this market research is to identify sources who are capable of, or capable of teaming with other firms to provide a full spectrum of laboratory support services to include: sample transportation, receiving, storage, analysis, chain-of-custody, analytical reporting, and disposal of the following types of samples: organic, inorganic, conventional, and general chemical. Samples may also include mixed wastes (waste that is composed of Resource Conservation and Recovery Act (RCRA) hazardous constituents). Samples originate from but are not limited to: groundwater, surface water, waste streams, soil, sediment, solids, fuel, oil, and coal ash/sludge. Any future contract vehicle will require the contractor to meet all applicable federal, state, local laws and regulations. Specific details regarding sampling requirements are contained in the attached Draft Performance Work Statement (See attachment 1). The sample analyses and historical estimates of analytical requests per region are contained in attachment 2. 3. PRELIMINARY ACQUISITION STRATEGIES. Industry comments are encouraged and welcomed. The Government would like to award any future requirement to a single company or teaming arrangement of companies. However we are not aware of any one company or teaming arrangement that is positioned to meet all of our future requirements. Therefore, we are currently contemplating three acquisition strategies. The first possible strategy is to provide all GSA schedule 66 III holders a fair opportunity for Blanket Purchase Agreement(s). A second contemplated strategy is a competitive commercial BPA, or lastly a Full and Open Competition resulting in multiple award IDIQ contract(s). In either case the Government is contemplating a best value source selection based on the following criteria: 1. Mission Capability a. Technical Capability - Laboratories shall be accredited for each applicable test sample method by a nationally recognized laboratory accreditation body, e.g.; the National Environmental Laboratory Accreditation Conference (NELAC), compliant with ISO/IEC 17011:2004. All laboratories must demonstrate the capability to generate acceptable results from the analysis of proficiency-testing (PT) samples, using ea s periodically. Thank you for your interest. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/HSW/Reference-Number-FA8900-06-R-9002/listing.html)
 
Place of Performance
Address: Various Locations
 
Record
SN01170349-F 20061026/061024230923 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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