Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2014 FBO #4501
SOURCES SOUGHT

99 -- HAZMAT Testing for Lead Dust

Notice Date
3/20/2014
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG80-14-Q-P45B75
 
Point of Contact
Emily L. Clark, Phone: 7576284652, Tiffany M. Squyres, Phone: 7576284638
 
E-Mail Address
emily.l.clark@uscg.mil, tiffany.m.squyres@uscg.mil
(emily.l.clark@uscg.mil, tiffany.m.squyres@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought HAZMAT Testing for Lead Dust USCG WMEC 210' A & B Class Cutters The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone set aside, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business set aside. The estimated value of this procurement is between $200,000.00 and $400,000.00. The small business size standard for NAICS 541380 is less than $14,000,000.00. The acquisition is for a Laboratory Contractor to use Environmental Protection Agency (EPA) approved methods for testing Ghost Wipe Samples submitted by WMEC 210' Class Cutters for the presence of lead dust. Once the contract is awarded the Coast Guard anticipates sending approximately 444 Ghost Wipe samples per month for testing at a Laboratory Contractors facility. Anticipated award date for this contract is June 2014. This contract would include a base and four option years. The wipe samples will be collected by Ship's force and shipped to a Contractor's facility for testing. The scope of this acquisition is to have a Laboratory Contractor analyze the wipe samples using Inductively Coupled Plasma, Atomic Emission Spectroscopy (ICP-AES). Equivalent methods may be submitted for approval at the time of solicitation. The Coast Guard will evaluate those methods and determine if it can be approved for use in this contract. Within five days of receiving the wipe samples, the Laboratory Contractor will document the presence of lead dust as per specification requirements and email those results as directed by the Coast Guard. The Laboratory Contractor shall be laboratory certified by the National Lead Laboratory Accreditation Program (NLLAP) or the American Industrial Hygiene Association for lead dust testing and analysis. Please provide proof of this certification with your response to this Sources Sought. At the present time, the acquisition is expected to be issued as a small business set aside. In accordance with FAR 19.1305, if your firm is HUBZone certified or FAR 19.1405, if your firm is a SDVOSB and intends to submit an offer for this acquisition, please respond by email to Emily Clark at Emily.L.Clark@uscg.mil. Questions may also be referred to Emily Clark at the email address and by phone at (757) 628-4652. In your response, please include the following: (a) positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and phone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone set aside or 52.219-27 Notice of Total SDVOSB set aside will apply. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. Your response is required by 2:00 p.m. EST, 04 April 2014. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or SDVOSB set aside. Failure to submit all information requested may result in a small business set aside. A decision on whether this will be pursued as a HUBZone or SDVOSB set aside will be posted on FBO website at https://www.fbo.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-14-Q-P45B75/listing.html)
 
Record
SN03316466-W 20140322/140320235527-455bd57990f628155d1fa7faf1b9a259 (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.