SOURCES SOUGHT
H -- Sample analysis for C-14 for the USGS National Water Quality Assessment (NAWQA)
- Notice Date
- 5/14/2013
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G13PS00244
- Response Due
- 5/21/2013
- Archive Date
- 6/20/2013
- Point of Contact
- Chuliang Sullivan
- E-Mail Address
-
csullivan@usgs.gov
(csullivan@usgs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The Department of the Interior (DOI), U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541380 with a Small Business Size Standard $14.0 M for an upcoming requirement for the National Water Quality Laboratory, in Denver, CO to provide analysis of water, sediment, and other materials for C-14 dating by Accelerator Mass Spectrometry (AMS). THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. This requirement is for C-14 dating of waters and solid material. These solid materials are to include (but not be limited to) rock carbonate as well as organic carbon in solid samples. Analysis is also to include C-13 which shall be reported with the C-14. Some samples may contain H2S and/or be from areas of hydrofracking or oil exploration. These samples may require specialized clean up prior to analysis. Reporting-- The C-14 shall be reported according to recommendations of Stuiver and Polach, specifically the values of delta C-14 (in per mil), percent modern carbon relative to the NBS I oxalic acid standard, normalized for C-13 fractionation, and corrected for decay since 1950 (pM), and Conventional Radiocarbon Age (5568 year half-life), in years before 1950. In addition, the contract lab shall report percent modern carbon (pMC) relative to the NBS I oxalic acid standard, corrected for decay since The C-13 shall be reported in per mil relative to VPDB, such that the value of NBS 19 carbonate is + 1.95 per mil. Precision and uncertainty The C-14 shall be accompanied by a one-sigma error value, in +/-per mil for delta carbon, in +/- percent for values in pMC, and +/- years for the Conventional Radiocarbon Age. Reporting precision (as +/- sigma) shall vary with C-14 activity of the sample. As a guide, for samples containing less than 1 percent Modern, C-14 shall be reported with an uncertainty of generally less than 10 percent of the reported value. Values in the range of 1-5 pMC shall have a one-sigma uncertainty of generally less than 3% of the reported value. For values in the range of 5-10 pMC, the reported uncertainty shall be generally less than 2% of the reported value. For values greater than 10 pMC, the reported uncertainty shall be generally equal to or less than 1% of the reported value. The C-13 shall be reported with a one sigma uncertainty of +/- 0.3 per mil. Reports are to consist of a full data electronic spreadsheet as well as an Electronic Data Deliverable (EDD) Internal Quality Control The contractor shall analyze a blank, a laboratory control sample, and a C-13 duplicate with every analytical batch of 15 samples. These QC results are to be reported with the sample results. No subcontracting of analytical work shall be allowed under this contract. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.). This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541380 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $14.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from small business firms, any solicitation may be issued as unrestricted without further consideration. Interested small business firms who feel that they can provide the analysis (based upon the criteria specified herein), are invited to submit in writing an affirmative response to this announcement. An affirmative response shall include references with contact names, email address, and phone numbers. These references are to be for contracts similar in scope and with the same technical and QA/QC requirements as the contract under consideration. This information will be evaluated and used to determine if competitive opportunities exist. PT samples may be sent to the responders for analysis, if deemed necessary. These samples are to be analyzed at no cost to the Government. Small business firms who feel they can provide the analysis shall also submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); and (2) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the Contractor's Central Registration (CCR). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT May 16, 2013at 2:00pm MST via e-mail to: csullivan@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities (Fedbizopps.gov) website and no paper copies will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G13PS00244/listing.html)
- Record
- SN03061803-W 20130516/130514235041-4fd34693a00b0cbaa6e98d5cb2b15e15 (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 |