Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
DOCUMENT

H -- Provide environmental laboratory services for sample collection, storage, shipment/transportation, analysis and preparation of laboratory analysis reports for drinking water. - Attachment

Notice Date
9/8/2016
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N40084 NAVFAC FAR EAST, CORE EXECUTION TEAM PSC 473, Box 13, FPO AP 96349-0013 Building F60, Tomari-cho, Yokosuka Kanagawa 238-0001,
 
Solicitation Number
N4008416RSS01
 
Response Due
10/10/2016
 
Archive Date
10/10/2017
 
Point of Contact
Frederick VanLuit 81-046-816-2874
 
E-Mail Address
frederick.vanluit@fe.navy.mil
(frederick.vanluit@fe.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice, not a request for a quote, proposal, or an invitation for bid. The intent of this notice is to obtain industry comments and knowledge only for the purpose of assessing the availability of qualified sources. NAVFAC Far East Environmental is seeking firms capable of providing environmental laboratory services within the country of Japan. The area of responsibility (AOR) for the work is all US Navy and Marine installations and outlying areas within Japan which include and may not be limited to these locations: Misawa, Sasebo, Yokosuka, Atsugi, Okinawa and Camp Butler, Iwakuni, and Camp Fuji, Tokyo and Yokohama area. This project sets forth the professional services required to perform environmental laboratory services for sample collection, storage, shipment/transportation, analysis and preparation of laboratory analysis reports for drinking water. The environmental laboratory shall have laboratory accreditation/certification for analysis of chemicals of concern noted in the Japanese Environmental Governing Standards (JEGS) in Table 1 “ Chemicals of Concern. Table 1 “ Chemicals of Concern, is provided as Attachment 1 to the Sources Sought. Contractors response shall include a notice of capability for each individual item noted in Table 1. Contractor shall submit itemized list of capabilities noted in order of Items #1 through #7. If contractor is not able to support sampling and analysis of an Item, then indicate śNOT CAPABLE ť in the appropriate column(s) in Table 1 in their response. If contractor is able to support services required, then indicate śCAPABLE ť in the appropriate column(s) in Table 1 in their response. Contractor shall provide certification type and laboratory accreditation/certification number in the appropriate column(s) in Table 1 in their response. In addition, contractors shall provide a brief description of their laboratory ™s capacity to analyze specified volumes of samples of the chemical of concern included in in Table 1. Environmental laboratories shall be certified by International Laboratory Accreditation Cooperation Signatories, International Standards Organization (ISO) 17025, or US drinking water programs (US EPA or state agency). Contractor shall refer to US Navy Memorandum dated July 17, 2015 entitled śMemorandum for Navy Overseas Installation Water Quality Board (IWQB) and Region Water Quality Board (RWQB) ť is a referenced document supporting this request for drinking water analytical services sources sought. The Contractor shall provide all labor, supervision, management, tools, materials, equipment, supplies, facilities, sample collection supplies, transportation supplies, transportation, and incidentals to perform the work. This acquisition will provide services for the following Annexes/Sub-annexes: 1800000 Environmental. This requirement is performance based. Responses to this sources sought notice may be used by the Government to make appropriate acquisition decisions. Any resulting contract will be Firm Fixed Price (FFP) with Indefinite Delivery Indefinite Quantity (IDIQ) provisions. The contract term will be a base period of one year, with four to four one-year option periods. The FFP base year requirement will be the overall minimum guarantee. The primary NAICS code for this procurement is 541380 with a size standard of $15 million. Firms capable of providing this Service are invited to provide company information to contribute to this market survey/sources sought including commercial market information and company information by submitting documents via e-mail to frederick.vanluit@fe.navy.mil no later than 10 October 2016. In addition to submitting a completed Table 1, responses should also include the following information: Proof of a license to do business in Japan and a summary of contracts of similar scope performed during the past 5 years. Please include a short summary of the contracts that demonstrates the firms capability to meet requirements of this Sources Sought. Each company must indicate if it intends to serve as a prime contractor or subcontractor. Please direct any questions to frederick.vanluit@fe.navy.mil. Be advised that there are size limitations for receipt of emails. Please limit transmissions to 5MB, larger email may not be received. Multiple emails are acceptable, to facilitate review indicate if there are multiple emails sent as a response to the Sources Sought. This notice is to provide NAVFAC Far East in determining potential sources only. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. The Government may or may not issue a solicitation for this requirement. No basis for claim against the Government shall arise as a result of a response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008416RSS01/listing.html)
 
Document(s)
Attachment
 
File Name: N4008416RSS01_Table1-ChemicalsofConcern.docx (https://www.neco.navy.mil/synopsis_file/N4008416RSS01_Table1-ChemicalsofConcern.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008416RSS01_Table1-ChemicalsofConcern.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04264118-W 20160910/160909000413-5d27466ee9ba198305bac1a9574ff235 (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.