Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2012 FBO #3998
SOURCES SOUGHT

B -- Laboratory Analysis Services, T/4401

Notice Date
11/2/2012
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
 
ZIP Code
32925-3002
 
Solicitation Number
FA7022-13-R-0001
 
Archive Date
12/19/2012
 
Point of Contact
Lois E. Brockson, Phone: 3214946299, Sue Hanson, Phone: 3214941668
 
E-Mail Address
lois.brockson@patrick.af.mil, susan.hanson@patrick.af.mil
(lois.brockson@patrick.af.mil, susan.hanson@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AF ISR Agency issues this sources sought synopsis for information and planning purposes in support of the acquisition of environmental and particle analysis services. This synopsis is not to be construed as a commitment by the government nor will the government pay for information solicited. The services to be acquired are primarily concerned with separation, manipulation, analysis, and identification of particulate matter for the purpose of nuclear test ban treaty verification. Definition of some terms: sample = physical object requiring processing to isolate particles of interest for analysis; particle = singular microscopic item of interest requiring analysis for isotopic information. Sample analysis requires the ability to: (a) process and analyze samples provided by the government; (b) process and analyze 9,000 particles per year from as many as 450 samples per year; (c) perform thermal ion mass spectrometry analysis on 9,000 particles per year; (d) perform nondestructive screening of up to 300 samples per year; (e) maintain all processing areas and microscope clean rooms in accordance with the current General Services Administration standards for clean room and workstation requirements; (f) maintain class 100 clean room techniques sufficient to ensure no cross-contamination between samples; and (g) describe and characterize sample particle isotopic compositions. Other requirements include: (a) in the event the Government elects to procure environmental and particle analysis services, prospective sources must possess, or show the capability to obtain, a US Nuclear Regulatory Commission (NRC) Radioactive Materials License (or an agreement state license/permit, as applicable for the facility where work will be performed), prior to performance start; (b) offerors shall be responsible for providing a suitable site for performance of the contract requirements. Unique mission essential analysis equipment will be provided, with ownership retained by the government. Due to the potential of contaminating mission samples, analysis equipment and areas of any facility used for environmental and particle analysis services shall not be used for activities other than this contract without the expressed written permission of the government program office and shall be isolated from other facilities doing nuclear work; and (c) prospective sources would be required to have DOD security clearances of at least the SECRET level. Participation in this potential effort would require both a facilities and storage capability of at least the SECRET level. Prospective sources would be required to support secure communication capabilities at the SECRET level. No information related to this acquisition or resulting contract is releasable to foreign nationals. A cost-plus-fixed-fee contract is contemplated with a one-year basic contract period and four 1-year options. The applicable North American Industry Classification System (NAICS) code and size standard are 541380/$14.0 million. No technical or solicitation documents exist at this time. Interested offerors having the required specialized capabilities to meet the above requirements should submit a capability statement of 10 pages or less indicating their ability to perform all aspects of the effort described herein. Firms must respond electronically to Ms Lois. Brockson at lois.brockson@patrick.af.mil within 15 calendar days from the date of publication. NO PHONE CALLS WILL BE ACCEPTED. Firms responding must state whether they are a Small Business (SB). Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a large business based on the size standard above. The government reserves the right to set this acquisition aside for any of the above type organizations based on the responses received. The clause at Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman, is applicable to this request. In accordance with AFFARS 5301.9103, the first sentence of clause 5352.201-9101 paragraph (c) is tailored to read: If resolution cannot be made by the contracting officer, concerned parties may contact the Air Force ISR Agency ombudsmen, [Ms Veronica Solis, AF ISR Agency/A4/7, 102 Hall Street, STE 258, San Antonio, TX 78243-7091 (P) 210-977-2288, (F) 210-977-2245 'AFISRA.A47@LACKLAND.AF.MIL'].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18b6d7443d1416787d8a109e7c288c40)
 
Place of Performance
Address: 6705 Vallecitos Road, Sunol, California, 94586, United States
Zip Code: 94586
 
Record
SN02923603-W 20121104/121102233928-18b6d7443d1416787d8a109e7c288c40 (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.