Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOURCES SOUGHT

46 -- Water Testing & Analysis

Notice Date
10/8/2009
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G4BA92661A001
 
Archive Date
10/29/2009
 
Point of Contact
Stephen M. Colton, Phone: 7026523365
 
E-Mail Address
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
8 OCT 2009 MEMORANDUM FOR POTENTIAL OFFERORS FROM: 99 CONS/LGCB SUBJECT: Request for Information (RFI), for Custodial and Grounds Keeping Services 1. This is a RFI notice only. This RFI is issued for the purpose of market research in accordance with FAR Part 10. This is a new requirement. This is not a Request for Proposal (RFP). However, a subsequent RFP is to follow this RFI. 2. The 99th Contracting Squadron is seeking market information from qualified, experienced and interested contractors in providing the following services. 1.0. DESCRIPTION OF SERVICES 1.1. SCOPE OF WORK: The contractor shall provide all sampling supplies, personnel, equipment, tools, materials, supervision, and other items and services necessary to perform DRINKING WATER SAMPLE ANALYSIS, DATA MANAGEMENT AND OVERSIGHT as defined in this Performance Work Statement (PWS) for both Creech AFB and the Nevada Test and Training Range (NTTR). See Appendix 5.0 for a listing of terms and definitions. 1.2. DRINKING WATER SAMPLE ANALYSIS & DATA MANAGEMENT AND OVERSIGHT: The contractor shall supply the sampling supplies for water testing, identify the sampling requirements for each of the seven public water systems, encompassing Creech AFB and the Nevada Test and Training Range (NTTR), as described in the table located in section 5.1.3. The contractor shall prepare water system specific Water Quality Monitoring Plans (WQMP), provide sampling supplies to the 98 RANW Range Service Support contractor for sample collection, conduct analysis of the drinking water samples IAW the WQMP, and provide data management and oversight capabilities for the seven public water systems ( located at Creech AFB and throughout the Nevada Test and Training Range in accordance with (IAW) the requirements of this document. The contractor must be certified with the State of Nevada, Division of Environmental Protection, Bureau of Safe Drinking Water (NDEP/BSDW) and certified for drinking water analysis IAW Nevada Administrative Code 445A.54268. The contractor shall identify the sampling requirements based upon the NDEP/BSDW issued Monitoring Assessment Plans (MAPs) for each public water system, generate a specific sampling schedule, and notify both Bioenvironmental Engineering Flight (99 AMDS/SGPB) and the 98 RANW Range Support Services contractor, of the specific requirements within the first month of the quarter or within the first week of the month, that samples are due. The contractor for this contract does not have any sample collection responsibilities, however sample pick-up is required where the sample containers were delivered. The contractor will analyze the drinking water samples using established and Environmental Protection Agency (EPA) approved methods and IAW the requirements of the 2003 National Environmental Laboratory Accreditation Conference (NELAC) Regulatory Guidance Standards. The contractor will review the data results and compare the value(s) to the applicable federal or state compliance standard. If the results are found to be non-compliant the contractor will immediately notify 99 AMDS/SGPB via email or phone call, and provide a hard copy follow-up within a minimum of five business days from discovery. The contractor will provide a hard copy report and forward the results to 99 AMDS/SGPB on a monthly basis by email, in portable document format (pdf). The contractor must have the capability for their laboratory information management system to generate an electronic data interchange file that can be directly uploaded by the BSDW staff into the NDEP/BSDW's Safe Drinking Water Information System (SDWIS), and transmit data directly into SDWIS data fields. In addition, the contractor must provide hard copy of the sample results to NDEP/BSDW in portable document format (pdf), on a monthly basis. The contractor must annually provide sampling data and trend analysis to 99 AMDS/SGPB by April 1st of each year to generate the consumer confidence report for July 1st of each year. which is published in the Nellis AFB newspaper, the Bullseye. 2.0 SERVICES SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. PERFORMANCE OBJECTIVE PWS PARAGRAPH PERFORMANCE THRESHOLD Generate PWS specific Water Quality Monitoring Plans (WQMP) 1.2 Shall not result in an Notice of Violation (NOV) Develop PWS specific sampling schedule; notify 99 AMDS/ SGPB and CSC on quarterly and monthly basis 1.2 Shall not result in an NOV Provide sampling container kits for each PWS; deliver and retrieve supplies to/from 98 RANW RSS contractor location 1.2 Shall not result in an NOV Perform drinking water sample analysis 1.2 Shall not result in an NOV Conduct PWS sampling data oversight 1.2 Shall not result in an NOV Immediately notify 99 AMDS/ SGPB when additional samples are required for compliance 1.2 Shall not result in an NOV Immediately notify 99 AMDS/ SGPB by phone call or email and within five business days of discovery via hard copy if sample results are non-compliant with federal or state regulations 1.2 - - Shall not result in an NOV Provide hard copy sample report to 99 AMDS/SGPB and NDEP/BSDW each month 1.2 Shall not result in an NOV Generate electronic data interchange file for seamless data population of SDWIS data fields; Electronically transmit sample results to NDEP/BSDW staff for uploading into SDWIS, each month 1.2 Shall not result in an NOV 3.0. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. GENERAL INFORMATION: No Government Property will be furnished. 4.0. GENERAL INFORMATION 4.1. CONTRACTOR PERSONNEL: 4.1.1. The name of any person or alternate(s) who shall act as the contractor's representative in shall be designated in writing to the contracting officer. 4.1.2. Any contract designated representative or alternate(s) shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 4.1.3. Any contract designated representative or alternate(s) shall be available during normal duty hours within a 2-day notice to meet with government personnel on the installation or at the local contractor's office/lab to discuss problems. 4.2. QUALITY CONTROL: 4.2.1. Performance Evaluation Meetings: Any contract designated representative or alternate(s) may be required to meet with contracting officers and the Quality Assurance Evaluators (QAE) and other government personnel as deemed necessary. 5.0. APPENDIX(S): 5.1. REQUIRED REPORTS: 5.1.1. Submit PWS specific WQMP to 99 AMDS/SGPB at the time intervals stated in the PWS. 5.1.2. Submit monthly hard copy sample results to 99 AMDS/SGPB at the time intervals stated in the PWS. 5.1.3 Table Listing Table: Listing of Public Water Systems Located at Creech AFB and NTTR State Identifier Location NV0001081 Creech AFB NV0000378 Silver Flag Alpha NV0005006 Point Bravo NV0004068 Tonopah Test Range Mancamp NV0000804 Tolicha Peak Electronic Combat Range (TPECR) NV0005002 Tonopah Electronic Combat Range O&M (TECR) NV0005001 Tonopah Test Range Area 10 Industrial 3. Request interested firms respond to the following. a. Identify your firm's information (name, address, phone number, CAGE code). b. Identify if your company is a large or small business. If applicable, identify what small business program(s) (i.e. SBA Certified 8(a), Service Disabled Veteran Owned), Hubzone, etc. your company is certified as. c. Identify the appropriate amount of calendar days required to respond to a RFQ. d. What is the timeframe needed for delivery from time of award. e. What type of contract vehicle would you be using (GSA, SEWP or Open Market, etc.)? f. Any other comments, feedback or response on how to improve this requirement is highly encouraged. g. The Government wants to ensure transparency of this process and ensure interested firms are provided the same information. If your firm has a question regarding this RFI, can the Government post your firm's questions, along with the Government's response, in FedBizOpps (your firm's name will not be disclosed to the public)? 4. Responses typed in a Word document will only be accepted. Please send responses via email to the primary point of contact, Mr. Stephen Colton, at Stephen.Colton@nellis.af.mil, no later than Wednesday 14 OCT 2009, 4:00 pm Pacific Time. Earlier submission is highly encouraged. 5. This RFI notice is issued for planning purposes only. Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, nor does it obligate the Government to pay for any bid/proposal preparation costs. 6. If you have any questions, please feel free to contact the Contract Specialist, Mr. Stephen Colton, at (702) 652-3365.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G4BA92661A001/listing.html)
 
Place of Performance
Address: Creeh AFB & the Nevada Test & Training Range, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01982704-W 20091010/091008235400-08070f8398c38ef703bf8ff5a2d0376b (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.