Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
SOLICITATION NOTICE

H -- Water Testing - COMBO/Solicitation

Notice Date
8/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-15-T-0155
 
Archive Date
8/25/2015
 
Point of Contact
Kyle S. Mesecher, Phone: 907-552-4867
 
E-Mail Address
kyle.mesecher.1@us.af.mil
(kyle.mesecher.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Additional Clause Additional Clause COMBO/Solicitation COMBINED SYNOPSIS/SOLICIATION ' COMBO': Water Testing (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-15-T-0155 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, e ffective 03 Aug 2015. The DFARS provisions and clauses are those in effect to DPN 20150626, effective 26 Jun 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-0406, effective 06 Apr 2015. (iv) This requirement is solicited as a 100% Total Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 541380 with a small business size standard of $15,000,000.00. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: Joint-Base Elmendorf Richardson, Anchorage Alaska, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 1. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the products described herein (see Attachment 1). (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Mar 2015), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-16 Commercial and Government Entity Code Reporting Nov 2014 FAR 52.204-18 Commercial and Government Entity Code Maintenance Nov 2014 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec 2014 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 FAR 52.222-41 Service Contract Act 1965 May 2014 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sept 2011 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.215-7007 Notice of Intent to Resolicit Jun 2012 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American--Balance of Payments Program Jan 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 2523.247-7023 Transportation of Supplies by Sea-Basic Apr 2014 AFFARS 5352.201-9101 Ombudsman Apr 2014 (xiii) N/A (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: 67 3d Contracting Squadron/LGCC Attn: 2Lt Kyle Mesecher, e-mail: kyle.mesecher.1@us.af.mil Please forward all questions to 2Lt Kyle Mesecher at kyle.mesecher.1 @us.af.mil no later than 10AM Alaska Standard Time on 6 August 201 5. An amendment will be issued providing the Government's answers to any questions received. Quotes are due no later than 2PM Alaska Standard Time on 10 August 2015 ; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to 2Lt Kyle Mesecher at kyle.mesecher.1@us.af.mil. For information regarding this solicitation, contact the same. List of Attachments: •· Attachment 1: Pricing Schedule •· Attachement 2: Performance of Work Statement FA5000-15-T-0155 Attachment 1: PRICING SCHEDULE 1 Page LINE ITEM DESCRIPTION QTY UI UNIT PRICE EXTENDED PRICE 0001: Water Testing Service in accordance with Performance of Work Statement to Include: •1. Bacteriological (Total Coliform) •2. TTHM (Including Trip Blanks) •3. HAA5 •4. Asbestos •5. UCMR3-List 1 Entry Point •6. UCMR3- List 1 or 2 Dist. Point (MR001-Max Res Time in Dist.) •7. Nitrate/Nitrite •8. Emergency (Contingency) Coliform Samples The work completed will be for a 12 month period of performance from 15 August 2015 - 14 August 2016. All work will be completed as specified in the attached statement of work. 1 EA TOTAL PRICE: ***Shipping costs to JBER, AK 99506 MUST be included within the unit prices.*** Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _________________________ Business Size: Small Large Women-Owned Veteran-Owned Other:__________________________ Delivery Date (Mandatory): Net Terms (Mandatory): DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation. Attachment 2: PERFORMANCE WORK STATEMENT PERFORMANCE OF WORK STATEMENT FOR BIOENVIRONMENTAL ENGINEERING DRINKING WATER COMPLIANCE SAMPLING 28 July 2015 •1. DESCRIPTION OF SERVICES: •1.1. SCOPE OF WORK. The Contractor shall provide all necessary labor, supplies, and equipment to accomplish chemical and microbiological testing of drinking water samples for compliance with the Environmental Protection Agency's (EPA) Safe Drinking Water Act (Public Law 93-523), Alaska Department of Environmental Conservation (DEC) standards (DEC 18 AAC 80, Drinking Water), Air Force Instructions 48-144, Drinking Water surveillance Program, or other methods as herein specified or as required by 673 AMDS/SGPB Bioenvironmental Engineering (BE), Joint Base Elmendorf Richardson. The contractor will use EPA approved analytical methods as outlined in the Code of Federal Regulations 40CFR141.21 and contained in the most recent edition of "Standard Methods for the Examination of Water and Wastewater" published by the American Public Health Association. •1.2. PERSONNEL : •1.2.1. Contract Manager. The Contractor shall provide a Contract Manager who shall be responsible for the performance of the work. •1.2.1.1. The Contract Manager shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. •1.2.1.2. Throughout this document, use of the acronym "QAP/CO" means the contractor shall send a copy of a required documents or make a required notification concurrently to the Contracting Officer (CO) whenever required to submit an original document or make a notification to the Contracting Officer's Technical Representative, who is also known as the Quality Assurance Personnel (QAP). This contract contains analytical requirements for BE. A BE representative will be designated as the primary POC for all chemical analyses and microbiological/bacteriological analyses. •1.2.1.3. The Contractor shall notify the government prior to any change in corporate ownership or structure that affects certification. •1.2.1.4. The Contract Manager and alternates must be able to read, write, speak, and understand English. •1.2.2. AVAILABILITY. Due to varying emergency response situations, the Contract Lab should be able to receive samples within the applicable method holding times. (See Table 1 for sample hold times). •1.2.2.1. The Contractor shall be available for normal services and to provide technical advice pertaining to water sampling and analysis Monday through Friday,7:00 A.M until 4:00pm AKST. The following are observed federal holidays: New Year's Day, Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. •1.2.2.2. The contractor shall provide a mechanism to ensure contact on an unscheduled or emergency basis after 4:00 P.M. weekdays, on weekends and holidays. The contractor shall provide emergency sample analysis services after duty hours on unscheduled and/or emergency basis, 24-hours a day, 365 days a year to include after 4:00 P.M. weekdays, weekends and holidays. Requests for emergency sampling and analysis services can be made by the Government at any time, upon the discretion of BE or the CO. The Contractor shall be able to initiate emergency sample analysis on the same day the Government requests it. •2. SAMPLING REQUIREMENTS: •2.1. COMPLIANCE OVERSIGHT. To ensure compliance with Federal and State Drinking Water Standards, the Contractor shall provide annual Public Water System (PWS) monitoring summary reviews and updates. This will include a sample and monitoring schedule, sample kit preparation, and sampling event notification. •2.2. SAMPLING SUPPLIES. The Contractor shall supply shipping containers, packing materials, trip blanks, ice and/or refrigerants, preservatives, pre-printed labels, proper sample markings/identification, sample collection instructions, and pre-printed chain of custody forms for all samples to be analyzed under this contract. The Contractor shall supply all U.S. Department of Transportation (DOT) shipping labels and other labels designed to meet all regulatory shipping requirements. The Contractor shall cover all shipping costs and fees if samples are required to be shipped. The Contractor shall provide container labels necessary to clearly and correctly identify the type of analysis required, preservatives used, sample source, date and time sampled, name of sampler, and sample identification number. •2.3. SAMPLES: •2.3.1. ROUTINE SAMPLES (NON-BACTERIOLOGICAL). Routine Samples are those samples that are projected annually, can be reasonably planned or anticipated, require a 10 working day turnaround time, and will be dropped off on a regularly scheduled day. If sample results are not able to be produced by the contractor within 10 working days, the BE Drinking Water Program Manager should be notified at the time of sample drop-off. (See Table 2 for current routine sampling requirements.) •2.3.1.1. TOTAL TRIHALOMETHANE (TTHM). Four TTHM samples and one trip blank are required quarterly in accordance with the EPA's Stage 2 Disinfectants and Disinfection Byproduct Rule. •2.3.1.2. HALOACETIC ACIDS (HAA5). Four HAA5 samples are required quarterly in accordance with the EPA's Stage 2 Disinfectants and Disinfection Byproduct Rule. •2.3.1.3. ASBESTOS. One Asbestos sample is required every nine years in accordance with 18 AAC 80.315 and 40 CFR 141.23, Inorganic chemical sampling and analytical requirements. •2.3.1.4. UNREGULATED CONTAMINANT MONITORING RULE 3 (UCMR 3). Three UCMR 3 samples are required quarterly in accordance with the EPA's Unregulated Contaminant Monitoring Rule 3. UCMR 3 sampling includes 30 contaminants (28 chemical and 2 viruses) which are referred to as "List 1 Contaminants". Full UCMR 3 List 1 samples are required at two points, referred to as "entry points to the distribution system" (EPTDS). The third sample only screens for six contaminants and is referred to as UCMR List 1 "distribution system maximum residence time" (DSMRT). •2.3.1.5. NITRATE/NITRITE. Three Nitrate/Nitrite samples are required annually in accordance with 18 AAC 80.315 and 40 CFR 141.23, Inorganic chemical sampling and analytical requirements. 2.3.2. SPECIAL SAMPLES. Special Samples are samples that were not projected as Routine Samples but can be reasonably planned or anticipated and require a standard 10 working day turnaround time. They usually require a special pick up and drop off on other than a regularly scheduled day. 2.2.3. EMERGENCY SAMPLES. These samples that are not reasonably foreseeable, require an emergency turnaround time, and will require an emergency or other than regularly scheduled drop off. The turnaround time for Emergency Samples will be dictated by the analytical method for each sample. (See paragraph 1.2.2.1 for availability requirements.) 2.3.4. BACTERIOLOGICAL SAMPLES. Bacteriological sample analysis will, at a minimum, consist of analysis for presence/absence of Total Coliform and e-coli using Alaska DEC approved Colilert methods. All Bacteriological sample results, routine, emergency, or special require a 24 hour turnaround time. (See paragraph 3.2.1 and 3.2.2 for specific Bacteriological sample result reporting) •3. REPORTING RESULTS: •3.1. REPORTING TO ALASKA DEC. Copies of reports shall not be released to any other person, office or organization unless authorized by the Government Contracting Officer or other authorized Government representative. The reporting of drinking water data shall be released by the contractor directly to DEC in accordance with 18 AAC 80.355 - reporting requirements, and 18 AAC 80.1900 - report certification requirements. When reports are required to be made directly to DEC, a copy of each report shall be sent in electronic format to BE at the same time the report is sent to DEC. •3.1.1. The contractor shall notify the BE Drinking Water Program Manager immediately when any analytical results for drinking water samples exceed established regulatory maximum concentration levels (MCL). Contact shall be by phone or in person where direct reporting to DEC is required. Before notification to DEC, telephone notification of MCL violations to BE Drinking Water Program Manager shall be accomplished within 24 hours of the completion of chemical sample analysis and within one hour of completion for bacteriological samples. The contractor shall not communicate results by means of voice mail or e-mail. •3.2. REPORTING TO BIOENVIRONMENTAL ENGINEERING. In addition to the specific requirements above, an electronic written report, preliminary or final, must be received within the specified turnaround time for each sample. Electronic reports must be on Adobe Acrobat® or PDF file format. Regardless of format (hard copy or electronic), every analytical report shall clearly associate each analytical result with the government-assigned sample identification number. Data reports shall be reported in data packages that group the results exactly as originally grouped on the chain of custody form(s). The contractor shall have a Quality Assurance/Quality Control (QA/QC) plan to eliminate or minimize transcription errors on the reports and must provide safeguards for data security. •3.2.1. POSITIVE BACTERIOLOGICAL RESULTS. The contractor shall phone ALL Positive results to BE personnel within one hour of findings. Refer to paragraph 3.2.1.1 for reporting results during duty hours; and refer to paragraph 3.2.1.2. for reporting results during non-duty hours. •3.2.1.1. DUTY HOURS. To report total coliform results during normal duty hours, 7:00 A.M. until 4:00 P.M. Monday through Friday, the contractor shall call the BE personnel who collected the sample (listed on chain of custody form) and also the BE Water Program Manager within one hour of result finding. If the Water Program Manager is not available, the contractor would call the Alternate Program Manager. The BE Water Program Manager will provide the contractor with a list of primary and alternate POCs. Updates will be provided to the Contractor as needed. The Contractor shall not leave a voicemail message, fax, or electronic mail notification for these results. The Contractor shall continue to call until a BE POC from the contact list is notified. •3.2.1.2. NON-DUTY HOURS. (4:00 P.M. - 7:00 A.M. Monday - Friday, 4:00 P.M. Friday - 7:00A.M. Monday, and Federal holidays (see paragraph 1.2.2.) Total coliform results shall be reported to the POC listed on the chain of custody form that collected the sample. Typically, BE will coordinate with the Contractor during an event that necessitates the collection of afterhours sample(s) to provide the name and phone number of the BE POC to expedite the transfer of sample analysis results. If unable to reach primary POC on chain of custody form, the Contractor must call the BE on call person at 907-223-2668. The contractor shall not leave a voicemail message, fax, or electronic mail notification for these results. The contractor shall continue to call until the primary POC on the chain of custody form, the BE on call person, or annotated BE member from the contact list has been made. •3.2.2. NEGATIVE BACTERIOLOGICAL RESULTS (ROUTINE). Within 24 hours of result findings, the contractor shall report negative results for routine total coliform samples to the person listed as the sample collector on the chain of custody form via phone. The contractor shall not leave a voicemail message for these results. The contractor will continue to call POCs from the list provided by the BE Water Program Manager until a BE POC has been contacted. The contractor shall also provide an emailed electronic analysis report within 36 hours for each sample to the BE Drinking Water Program Manager. Email address will be provided on the chain of custody. •3.2.3. NEGATIVE RESULTS (SPECIAL AND EMERGENCY). "All" special and emergency results shall be phoned to BE personnel within one hour of result findings regardless of whether they are negative or positive. Results must be reported to an actual person; results may not reported through voice mail. Refer to paragraph 3.2.1.1. for reporting results during duty hours; and refer to paragraph 3.2.1.2. for reporting results during non-duty hours. •3.3. TRANSPORTATION OF WATER SAMPLES. •3.3.1. All samples, routine, special, or emergency, will be delivered by BE to the Contractor. BE will coordinate with the Contractor to ensure that all samples are packaged correctly and accompanied by the appropriate chain of custody form(s). •4. LABORATORY REQUIREMENTS: •4.1. VALIDATION OF QUALIFICATIONS. The Contractor's laboratory shall maintain certification by the DEC, under 18 AAC 80.1100 - 18 AAC 80.1110, to perform analysis of drinking water samples. The contractor shall notify the government within 7 calendar days of changes in certification status. Contractor shall disclose any non-compliance activity cited by the DEC during the last two years. The Contractor shall inform the contracting officer of any non-compliance activity cited by the DEC during the life of the contract. The Contractor will provide a current copy of the state lab certification and copies of lab technician state certifications to the primary BE POC. •4.2. EMERGENCY AND QA/QC SAMPLING QUALIFICATIONS. The Contractor's laboratory shall be certified and operationally capable of performing chemical analysis for organic or inorganic materials, as required by the government representative during routine or emergency situations. The Contractor shall inform the QAP/CO and BE Drinking Program Manager if the contractor does not have state certification to run the sample for a particular constituent. The Contractor is responsible to ensure subcontractors used in the performance of this contract are state-certified, when the DEC requires certification for compliance samples. The Contractor shall provide written documentation of certification for any subcontractors. •4.3. QUALITY CONTROL PLAN. The Contractor's laboratory shall have an approved quality control plan in place and be able to provide details of the plan to the BE Water Program Manager. •4.3.1. Contract laboratory shall be able to meet sample turn-around times even during unexpected heavy workload and/or equipment downtime. •5. GENERAL INFORMATION. •5.1. CONFIDENTIALITY. The Contractor shall strictly observe the confidentiality of Air Force information and records and shall comply with all laws and regulations governing disclosure including Federal Privacy Act 5 U.S.C. 553A. The contractor shall be held liable in the event of breach in confidentiality. •5.2. CONTINUATION OF ESSENTIAL DEPARTMENT OF DEFENSE (DoD) CONTRACTOR SERVICES DURING CRISIS. All services to be performed under the contract have been determined to be essential for performance during crisis. According to Department of Defense Instruction {DoD} 3020.37, Continuation of Essential DoD Contractor Services during a Crisis, and Air Force implementation thereof, it is determined that the contractor shall be required to perform during crisis situations. Service may be required to support an activation or exercise of contingency plans outside the normal duty hours. TABLE 1: SAMPLE HOLD TIMES: Analysis/Test Group Preserv. Hold Time Comments 5210B BOD-5 None 48 Hours SHORT HOLD!! SM5220C-COD H2SO4 28 Days SM2540D TSS None 7 Days SM4500H-B pH None Immed SHORT HOLD!! SM2510 Specific Conductance None 28 Days SM2320B Alkalinity None 14 Days SM4500 Total Phosphorous H2SO4 28 Days 300.0 Ortho-Phosphorous None 48 Hr SHORT HOLD!! 4500-NO3E or 300.0 Total Nitrate & Nitrite as N None 48 Hr SHORT HOLD!! SM4500 NO2B or 300.0 Equiv Nitrite None 48 Hr SHORT HOLD!! 4500-NO3E or 300.0 Total Nitrate & Nitrite as N H2SO4 28 Days Total Nitrogen (TKN, NO2/NO3) H2SO4 Unpreserved 28 Days 48 Hr SHORT HOLD!! 300.0 Chloride None 28 Days 300.0 Sulfate None 28 Days SM4500-SiG-Silicate HNO3 180 Days SM5310 DOC H2SO4 28 Days DOC Field Filtered SM5310 TOC H2SO4 28 Days SM2540F Settleable Solids None 48 Hr SHORT HOLD!! 180.1 Turbidity None 48 Hr SHORT HOLD!! SM4500-NH3C Ammonia H2SO4 28 Days SM4500-Cl G Total Residual Chlorine None Immed SHORT HOLD!! SM9222D Fecal Coliform Na2S2O3 6 Hr SHORT HOLD!! SM9223B Total Coliform in DW (P/A) Na2S2O3 30 Hr SHORT HOLD!! 6503-99 Enterococci Na2S2O3 6 Hr SHORT HOLD!! 200.7 or 200.8 Total Metals HNO3 6 Mns 200.7 or 200.8 Dissolved Metals HNO3 6 Mns Must Be Field Filtered 3500 CrB Hex Chromium VI None 24 Hr SHORT HOLD!! Hg by 245.1 CVAA HNO3 28 Days SM2120B True Color None 48 Hr SHORT HOLD!! SM10200H Chlorophyll None 48 Hr SHORT HOLD!! 625 Base/Neutral Acid Extractables None 7 Days 608 PCB's None 40 Days SM4500 CN-E Total Cyanide NaOH 14 Days 624 Volatile Organics (VOC) HCl 14 Days 624 Volatile Organics Trip Blank HCl 14 Days 602 BTEX VOC HCl 14 Days 1664 Oil & Grease H2SO4 28 Days 5540C MBAS (Surfactants) None 48 Hr SHORT HOLD!! 2540C Total Dissolved Solid None 7 Days 2340B Hardness HNO3 6 months 300.0 Flouride None 28 Days 625 & 624 TAqH None/HCl 7 Days VOC 524.2 HCL 14 Days Table 2: FISCAL YEAR 2015 ROUTINE SAMPLING REQUIREMENTS: SAMPLE REQUIREMENT NUMBER OF SAMPLES Bacteriological (Total Coliform) 252 TTHM (including Trip Blanks) 20 HAA5 16 Asbestos 1 UCMR3 - List 1 Entry Point 6 UCMR3 - List 1 or 2 Dist. Point (MR001 - Max Res Time in Dist) 3 Nitrate/Nitrite 3 Emergency (Contingency) Coliform Samples 50
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-15-T-0155/listing.html)
 
Place of Performance
Address: JBER, Alaska, JBER, Arizona, 99506, United States
Zip Code: 99506
 
Record
SN03823330-W 20150806/150805000429-0b42476b97980f71767859536c786655 (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.