MODIFICATION
H -- Laboratory Analytical IDIQ Services
- Notice Date
- 12/29/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-17-R-0008
- Point of Contact
- L. Adam Bryson, Phone: 2156566295, Justin Chung, Phone: 2156566773
- E-Mail Address
-
leslie.a.bryson@usace.army.mil, justin.chung@usace.army.mil
(leslie.a.bryson@usace.army.mil, justin.chung@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price IDIQ contract for analytical laboratory services. This indefinite quantity indefinite delivery contract (IDIQ) is for laboratory analytical services and related efforts in support of the U.S. Army Corps of Engineers (USACE), Philadelphia District, for the chemical analysis of soils, sediments, sludges, ground waters, surface waters, oils, wastes, air, and other environmental samples. Analytical services will be performed by the Contractor to support Military, Superfund, Civil Works, and "Support for Others" Activities of the USACE Philadelphia District. The purpose of this indefinite delivery contract is to enable the performance, under a single contract mechanism, of analytical services for various projects as needed. The laboratory shall maintain active and current National Environmental Laboratory Accreditation Program (NELAP) certifications for the New Jersey Department of Environmental Protection (NJDEP), including air certification, throughout the term of this contract in order to be awarded task orders. The laboratory shall also be certified as a Department of Defense (DoD) Environmental Laboratory Accreditation Program (ELAP) laboratory that is compliant with the current version of the DoD Quality Systems Manual (QSM) and the specified SW-846 methods in this scope. Any laboratory currently possessing these certifications may submit a proposal. Copies of the certifications must be provided as part of the submittal. The laboratory must be also able to produce Automated Data Review (ADR) and Staged Electronic Data Deliverables (SEDD) in compliance with electronic Quality Assurance Project Plans (QAPPs) as well as EDDs in the format required for the USEPA Region 2 EQUIS database system. The period of performance is a one (1) year base period with four (4) twelve (12) month optional periods of performance. Work will be performed in Pennsylvania, New Jersey, Deleware, Maryland, Virginia, New York, Massachusetts, Maine, Connecticut. The NAICS code is 541380 and the size standard is $15,000,000.00. This procurement is unrestricted, full and open competition. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Part 15.101-2 of the Federal Acquisition Regulation (FAR). The source selection process will be based on the trade-off process. The source selection technical evaluation factors are: Technical, Past Performance, and Price. The Technical evaluation factor has five (5) subfactor are: Certifications, Quantitation Limits and Detection Limits, Laboratory Personnel and Equipment, Laboratory Information Management System, Data Access, and Same-day Courier Services. Detailed evaluation criteria will be included in the solicitation. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the solicitation. Offerors are advised that the Government may award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms. The Solicitation Number W912BU-17-R-0008 will be issued on or about January 6, 2017 with a closing date of or about February 6, 2017 at 1400 hours. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the web. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. Contractors' are required to submit one (1) hard copy of your proposal and an electronic copy of your proposal. All hard copy offers are to be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: L. Adam Bryson. All electronic copy offers are to be delivered to Leslie.A.Bryson@usace.army.mil, justin.chung@usace.army.mil, and Linda.M.Dobbs@usace.army.mil. Failure to provide a hard copy and an electronic copy of your proposal may result in your proposal being disqualified. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. Questions can be directed to leslie.a.bryson@usace.army.mil. Please carbon copy justin.chung@usace.army.mil and linda.m.dobbs@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0008 /listing.html)
- Record
- SN04360998-W 20161231/161229234204-7113cf42308f59dff1b7b3bfba47d895 (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 |