SOLICITATION NOTICE
B -- Testing Laboratory, Ground Water Analysis and Services
- Notice Date
- 12/16/2013
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181US
- ZIP Code
- 00000
- Solicitation Number
- F14PS00085
- Response Due
- 12/27/2013
- Archive Date
- 1/26/2014
- Point of Contact
- Ginger Thacker
- E-Mail Address
-
ginger_thacker@fws.gov
(ginger_thacker@fws.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Fish & Wildlife Service (USFWS) Eastern Washington Field Office (EWFO), 11103 E. Montgomery Drive, Spokane Valley, WA 99206, has a requirement for a testing laboratory for analytical services to test water samples taken at the Leavenworth National Fish Hatchery (LNFH), 12790 Fish Hatchery Road, Leavenworth, WA 98826. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 541380, which has a size standard of $14 M; In order to meet minimum qualifications for this requirement, the Contractor must: be a Washington State drinking water-certified laboratory; be capable of performing in-house (without a sub-contract) all analyses necessary to adequately characterize the water quality of the samples at the required reporting limits using appropriate standardized methods and reporting limit; provide a standard two-week turn-around for analytical results; provide all sample bottles, with preservatives, prior to each sampling event and provide courier service which will pick up samples from the hatchery and transport them to the analytical laboratory after each sampling event. Contractors capable of meeting the USFWS requirements described herein may submit a quote to solicitation F14PS00085 no later than 12/27/2013 by 12:00 noon (PST) for consideration. The USFWS intends to award a fixed price purchase order under the authority of Federal Acquisition Regulation FAR Part 13 Simplified Acquisition Procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation presents the best value to the Government; Analysis to include price, past performance, certifications, and quality, in which technical and past performance factors, combined, are more important than price. F13PS00085 may be veiwed thru http://www.fedbizopps.gov. Any contractor interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database prior to award of a contract. Sam is a Federal Government owned and operated free website that consolidates the Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA), and the Excluded Parties List Systems (EPLS). Contractors may obtain information on registration and annual confirmation requirement via the SAM website accessed through https:://www.sam.gov/portal/public/SAM. Lack of registration in SAM on the part of the offeror will render an offeror ineligible for award. The solicitation is issued as 100% Small Business Set-Aside. Responses to this posting must be submitted in writing via e-mail to Ginger_Thacker@fws.gov or faxed to (503) 231-6259. For delivery of responses through the Postal Service, the address is the USFWS/CGS, 911 NE 11th Ave., Portland, OR 97232 Contractors are responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement. Questions or comments can be directed to Ginger_Thacker@fws.gov, Subject: Solicitation F14PS00085.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00085/listing.html)
- Record
- SN03252323-W 20131218/131216234533-e80d905b324b6553c48a7bf37e7251c2 (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 |