SOLICITATION NOTICE
H -- Water Testing and Analysis
- Notice Date
- 7/7/2011
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV11RA523
- Response Due
- 7/22/2011
- Archive Date
- 9/20/2011
- Point of Contact
- Brad Zemke, 586-282-9672
- E-Mail Address
-
ACC - Warren (ACC-WRN)(DTA)
(bradley.j.zemke.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command - Warren intends to award a sole-source contract to NSF International 789 N. Dixboro Rd Ann Arbor, MI 48105 for the following requirement. The contractor shall provide detailed analysis of various water samples, provide cultures and or produce challenge organisms suspensions for testing, point-of-use and point-of-entry drinking water system testing and reverse osmosis drinking water treatment system testing. The contractor will be required to perform a variety of analytical support services according to established NSF/ANSI standards or EPA methods. When no documented procedures exist, or when sample size or type precludes the use of standard methods or procedures, the contractor shall recommend methodologies or procedures for use, subject to the Government's review. Organic Analysis: The contractor shall provide analysis of organic compounds in water samples. Major classes of compounds to be analyzed shall include volatiles, semi-volatiles, non-volatile and thermally unstable. Organics analyses shall include the use of Gas chromatography (GC), high pressure liquid chromatography (HPLC) with the use of different detectors, including LCMS (liquid chromatography/mass spectrometry). Inorganic Analysis: The contractor shall provide analysis of metals, chlorine demand, dissolved and suspended solids, nitrogen, conventional and unconventional wet chemical parameters, total organic carbon, and many other inorganic analytes. Analysis shall include the use of inductively-coupled plasma atomic emission (ICPAES), ICP/mass spectrometry (ICPMS), and graphite furnace atomic absorption instrumentation (GFAA) as well as a SmartChem discrete chemistry analyzer, segmented flow analyzer, UV spectrometer, total organic carbon (TOC) analyzer, particle counter, and a cold vapor mercury analysis system. Microbiological Analyses: The contractor lab shall be a Bio-safety Level II facility. There shall be dedicated areas for culture preparation, media preparation and autoclaving, sample analysis, sample incubation, and plate counting. Separate cold rooms and storage freezers for samples and media/reagent storage to prevent cross-contamination. The laboratory shall have dedicated rooms for cell biology, virology, and mycology. The contractor shall conduct standard water quality analyses for a variety of microorganisms that serve as indicators for contamination by wastewater or fecal sources including coliforms, fecal coliforms, fecal enterococci, Cryptosporidium, Giardia, Hetertrophic plate count, and Bacillus Endospores. Microbiological Spiking: The Microbiology Laboratory shall provide cultures and/or produce challenge organism suspensions for the following test organisms: R.terrigena, E. coli, Bacillus atrophaeus, MS2, fr, poliovirus, rotavirus, and C. parvum. Any purchased stock shall be confirmed by NSF after receipt prior to producing the challenge suspensions for testing. Isotope Ratio Mass Spectrometry: The contractor shall provide isotopic ratio mass spectrometric analysis of water. Measurements shall include uranium, gross alpha and beta counts, radon 222, radium 226, radium 228. Analysis modes will include Elemental Analysis/IRMS, GasBench/IRMS, Gas Chromatography/IRMS, and Thermal Combustion/IRMS. General Parameters: The contractor shall provide analysis of general parameters. Types of analytes will include, but are not limited to, anions (Br, Cl, SO4, etc), nutrients (NO3, NO2, NH4, PO4, TKN, TP, etc), and organic and inorganic carbon (TOC, DOC, TIC, DIC, etc). Other measurements may include electrode measurements (pH, oxidation-reduction potential, conductivity, salinity, etc), chemical analyses (alkalinity, hardness, cation-exchange capacity, chemical oxygen demand, etc), and physical measurements (suspended solids, dissolved, solids, etc). Sample Preparation: The contractor shall provide directions for sample preparation services, as required, for field and laboratory samples prior to analysis. The type of matrices of some samples shall require sample preparation prior to analysis. This may include solvent extraction, dilution, filtration, concentration, acid digestion, solvent exchange, solvent partition, cleanup, sonication, and solid phase extraction. The contractor shall provide sample bottles and coolers for packaging when requested. POU and POE Testing: The contractor shall provide point-of-use and point of entry drinking water treatment system testing in accordance with NSF certification protocols P231 - Microbiological Water Purifiers and P248 - Emergency Military Operations Microbiological Water Purifiers. Reverse Osmosis Drinking Water Treatment System Testing: The contractor shall provide reverse osmosis drinking water treatment system testing in accordance with NSF/ANSI Standard 58. The proposed contract actoin is for services for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, other than full and open competition; only one responsible rouce and no other supplies or services will satisfy agency requirements. NSF International is the only known source that can fulfill the Government's requirement. Interested persons may identify their interest by submitting a capability statement or a proposal. This notice is not a request for competitive proposals; however, any proposals received within 15 days after date of publication of this synopsis will be considered by the Government. A determination by the Governmnet not to compete this propoced contract based upon responses is solely within the discretion of the Government. Information recieved will normally be considered normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested sources must respond no later than 22 July 2011, 3:30 PM EDT. Reponses and/or inquiries should be e-mailed to Brad Zemke at bradley.j.zemke.civ@mail.mil. All formal communication related to this procurement must be directed to Brad Zemke, Contract Specialist, via e-mail. No telephone calls will be accepted. The NAICS (NAICS) code for this requirement is 541380.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cfc202526026dc4d252d6dbd63e4bb90)
- Place of Performance
- Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Zip Code: 48397-5000
- Record
- SN02492288-W 20110709/110707235434-cfc202526026dc4d252d6dbd63e4bb90 (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 |