SOLICITATION NOTICE
H -- Shot Sample Analysis
- Notice Date
- 4/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-17-Q-1009
- Point of Contact
- Erik Rundquist, Phone: 2689614891
- E-Mail Address
-
erik.rundquist@dla.mil
(erik.rundquist@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The details of this procurement are located below and in the attached specifications. The solicitation number for this requirement is SP4510-17-Q-1009 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This procurement is set aside for small businesses under NAICS 541380, which has a size standard of $15,000,000.00. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. The Government will award a contract resulting from this solicitation to the offeror that has the lowest price and that is technically acceptable. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that it has completed the annual representations and certifications on SAM.gov or submit a completed copy of the provision at FAR 52.212-3 with its offer. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed here: 52.203-3, Gratuities (Apr 1984) 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government (Oct 1995) 52.222-50, Combatting Trafficking in Persons (Feb 2009) 52.233-3, Protest After Award (Aug 1996) 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (May 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug2011) 52.225-1, Buy American Act - Supplies (Feb 2009) 52.232-33, Payment by Electronic Fund Transfer - Central Contractor Registration (Oct 2003) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7003, Agency Office of the Inspector General (Apr 2012) 252.203-7005 Representations Relating to Compensation of Former DoD Officials (Nov 2011) 252.225-7012, Preference for Certain Domestic Commodities 252.227-7015, Technical Data - Commercial Items (Dec 2011) 252.225-7021 Trade Agreements (Oct 2013) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) Additional FAR clause incorporated by reference: FAR 52.247-34, F.O.B. Destination (Nov 1991) Clause Note: Other clauses not listed above may be included in any award made from this solicitation. This is a result of the programming of our contract writing system. To alleviate this issue, a bilateral award will be made from this solicitation. INSTRUCTIONS TO OFFERORS: Submit quotes by email to: erik.rundquist@dla.mil no later than 26 April 2017 at 11:00 am Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than April 21, 2017. In the event questions are received, a solicitation amendment will be posted before the quote submission deadline PERFORMANCE WORK STATEMENT (PWS) Provide Certified Laboratory Precious Metals Analysis/Assay, Administration and Documentation Services of Furnace Product Samples CLIN Description Reporting Limit Est Qty Unit price Unit of issue Total Price 0001 Processing, sorting, logging, analysis, and reporting of: Gold (Au), Silver (Ag), Platinum (Pt), and Palladium (Pd) concentrations of furnace product samples 0.01 PPT 80 $ Ea 1.0 Introduction and Background The primary mission of the Defense Logistics Agency (DLA), Disposition Services is to dispose of Department of Defense (DoD) excess and surplus personal property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the general public, or ultimate disposal through abandonment or destruction. DLA Disposition Services is headquartered in Battle Creek, Michigan, with a variety of field sites worldwide. It is the intent of this PWS to provide for analysis/assay of shot, ash and ingot samples containing precious metals. The samples are in need of analysis to provide the Precious Metals Recovery Program (PMRP) a baseline of expected precious metals content from various materials turned in to Disposition Services for the PMRP to recycle. 1.1 Scope of Work The objective of this performance work statement (PWS) is to obtain the service of a laboratory to perform a one-time assay of 80 samples. The results of the assays will allow the Defense Logistics Agency Precious Metals Recovery Program to have a baseline expectation of recovery, be able to better estimate if the rate of return will justify the cost of processing certain materials for precious metals (i.e. gold, silver, platinum, and palladium) and compare results to other assay's being performed. This Statement of Work defines the analytical methods for isolation, detection, and quantitative measurement of four metals in smelted samples. The period of performance is one-time assay of 80 samples. 2.0 Specific Tasks (Include but not limited to the following) •· Pre-preparation, processing, sorting, logging, boxing, etc. of materials received at the lab. Utilize industry standard chain-of-custody concepts. •· Gold (Au) Analysis - Fire assay; analysis performed by Flame Atomic Absorption (AA), Inductively Coupled Plasma-Optical Emission Spectrometry (ICP-OES) or Inductively Coupled Plasma-Mass Spectrometry (ICP-MS ). •· Silver analysis: fire assay involving cupellation or chemical titration/digestion; then ICP-MS, ICP-OES, or AAS; or gravimetric methods at higher concentrations. •· Palladium (Pd) Analysis - use Inductively Coupled Plasma Optical Emission Spectrometry (ICP-OES) for detection limit of 0.01 parts per thousand (PPT). •· Platinum (Pt) Analysis - Use Inductively Coupled Plasma Optical Emission Spectrometry (ICP-OES) for detection limit of 0.01 PPT. •· Reporting of all results within 60 days of the date samples are received by the laboratory. •· Supply upon request: Supporting QC documentation (method blank, Laboratory Control Samples, matrix spikes, post-digestion/distillation spikes, duplicates, serial dilutions, and Interference Check Samples); raw data summaries; the Contractor shall supply upon request raw data for the Method Detection Limit (MDL) studies which are used to set the MDL values. •· Electronic Report package will include: •o Final Data Analysis Report •o Final Chain-of-Custody •o Records of failed or attempted analysis when applicable •o Documentation of disposal or retention of Government-furnished samples, remaining portions of samples, and prepared samples •· Proper disposal of residual materials in accordance with local, state, federal laws. 3.0 Invoicing The contractor shall submit its invoice and be paid using the Wide Area Workflow (WAWF) payment system. The WAWF clause will be incorporated into the contract by full text for informational purposes. In order to prevent payment delays, it is extremely important that the contractor appropriately submit payment requests in WAWF using the information provided in DFARS clause 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS. 4.0 Performance Standards •· Operate under a Quality Management System and perform analyses in accordance with corresponding international standards, such as ISO 17025, 10378, and 12740. •· Follow industry standard chain-of custody procedures (COC). Receiver shall sign, date, and record the time on accompanying COC at the time of sample receipt. Send signed COC to the DLA Representative within five days of samples received at the laboratory. The signed COC will act as notification of arrival at the laboratory of shipped samples. •o NOTE: Initials are not acceptable. •· Perform sample receiving, sample identification, sample security, sample storage, sample tracking and document control, electronic sample data control, and data assembly to ensure accountability of sample chain of custody, as well as control of all sample-related records. •· Report all results within 60 calendar days of the date samples are received by the laboratory. •· Results obtained by use of x-ray fluorescence (XRF) will not be accepted nor considered valid final data. •· Final Data Analysis Report will be on 8.5" x 11" letterhead and include: •o Contract number •o Total initial weight of shot sample •o Date of sample receipt •o Time of sample receipt •o DLA Sample Numbers •o Assigned laboratory numbers •o Remarks regarding condition of sample shipment •o Problems and discrepancies •o Identification of precious metal analyzed •o Analysis method used for each precious metal •o Units of results (parts per thousand) •o If not able to report in PPT, include explanation as to why •o Results of each requested precious metal (gold, silver, platinum and palladium) •o Note instrument error and editing flag descriptions and resulting corrective actions •o Signature and signature block of company Point of Contact for discussion of sample results. Signature block must include title, phone and email information of the point of contact •o Emailed as PDF document within 60 days of sample receipt to government Point of Contact that will be specified upon award of contract PERFORMANCE REQUIREMENT MEASUREMENT CLAUSE CLASUE PERFORMANCE STANDARD OF APL METHOD OF SURVEILLANCE REDUCTION FOR FAILED APL Process precious metal bearing furnace product samples in accordance with contract requirements Timely submittal of Assay Report 4.0 Per contract requirements and industry standards KO/COR/POC Observations 10% consideration of the value of the contract Provide documentation in accordance with contract requirements Documentation as required by contract. Report shipment discrepancies within 24 hours 2.0 3.0 4.0 11.0 All required documents contain all required information and submitted in timely manner KO/COR/POC Observations 10% consideration of the value of the contract and past performance annotated 4.1 Acceptable Quality Level (AQL) 98% analysis of all samples provided. 5.0 Evaluation Method •· Clear and complete Chain-of-Custody without loss of samples. •· Email of report package within specified time frame. •· Results within the specified detection/reporting limits. 5.1 Workload Analysis Reporting Use of a web reporting module or otherwise provide results electronically. 5.2 Meetings If required, meetings will be held at which time any assignments and/or problems will be discussed and validated for importance. If they cannot be worked out, the Contracting Officer will be contacted to intervene. 6.0 Government Furnished Property and Services The government will furnish the samples for analysis via delivery using mode/company of the government's choosing. 7.0 Contractor Furnished Items Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined to include administration and documentation Services required for compliance. All employee training to perform the services is the responsibility of the contracted company. 11.0 Other Provisions •· Include in bid package: •o Documentation to verify compliance with ISO/IEC 17025 or such international standard corresponding to analysis method used. •o State which method of analysis will be used per precious metal. •o Instrumentation and method summaries outlining the analysis to be used for each element. •o Instrument performance specifications •o Data acquisition system operation •o Procedures used when automatic quantitation algorithms are overridden. •o QC parameters (to include corrective action measures). •· Electronic data shipped to the DLA-designated recipient must be fully usable by the recipient. When submitting instrument electronic data to the DLA, the following materials shall be delivered in response to the request: •o All associated raw data files for all analytical samples, calibration and QC data. •o Instrument data files for Inductively Coupled Plasma - Atomic Emission Spectroscopy (ICP-AES) and Inductively Coupled Plasma - Mass Spectroscopy (ICP-MS) shall include raw intensities and as applicable, associated background corrected and background subtracted intensities. Mercury and Cyanide files shall include raw absorbances or integrated areas. •o All processed data files and quantitation output files associated with the raw data files described in Section. •o A statement attesting to the completeness of the instrument electronic data submission, signed and dated by the Contractor's Laboratory Manager or Manager's designee. The Contractor shall also provide a statement attesting that the data reported have not been altered in any way. These statements shall be part of a cover sheet that includes the following information relevant to the data file submission: •§ Contractor name •§ Date of submission •§ Case Number •§ +DLA Number •§ Instrument manufacturer and model number •§ Instrument operating software and version number •§ Data system computer •§ System operating software •§ Data system network •§ Data backup software/service •§ Data analysis software •· To assist laboratory in determining method of analysis: A majority of the shot samples are taken from melts of precious ‐ metals bearing electronic scrap (circuit boards, etc); one sample is ash from incineration of x ‐ ray films; one sample is from melts of high purity precious metals ‐ containing items. Average recovery for the electronic scrap is 445.9 PPT silver (various samples were as much as 200 PPT lower or 550 PPT higher than the average), 140.5 PPT gold, 23.99 PPT platinum, and 3.0 PPT palladium. CONTRACT DELIVERABLES, DOCUMENTATION, AND REPORTS Description Action Timeframe/Documentation Notification of arrival of shipped samples Ktr to COR Within 5 days of arrival at contractor's facility Disposition of Material Ktr to COR As required, and in writing. Include in Final Data Analysis report package. Final Data Analysis Reports Ktr to KO/COR Due within 60 calendar days upon sample receipt at the laboratory All associated raw data files for all analytical samples, calibration and QC data. Instrument data files for Inductively Coupled Plasma Ktr to COR When requested A statement attesting to the completeness of the instrument electronic data submission, signed and dated by the Contractor's Laboratory Manager or Manager's designee. The Contractor shall also provide a statement attesting that the data reported have not been altered in any way. Ktr to COR Included in the Final Data Analysis report package Scale Calibration Report Ktr to KO/COR When requested 11.1 Security Requirements Laboratory will follow such security requirements as needed to ensure the samples are not pilfered or degraded prior to analysis 12.0 Environmental Management System (EMS ) DLA Disposition Services implemented EMS in accordance with ISO 14001:2004(E), DOD and DLA requirements at all DLA Disposition Services appropriate facilities. An EMS is an overall management system that includes organizational structure, planning activities, responsibilities, practices, procedures, processes and resources for developing, implementing, achieving, reviewing and maintaining the environmental policy of an organization. The DLA Disposition Services EMS is designed to ensure that all personnel, including contract personnel, whose work activities can cause real or potential significant environmental impact, are aware of how their work supports the EMS and are competent to perform their roles, responsibilities and authorities while supporting the DLA Disposition Services mission. The DLA Disposition Services EMS program is explained in DRMS-I 6050.2, Environmental Management System (EMS) Core Instruction. Site supplements detail information required by EMS at a local level such as local, state and host environmental regulations as well as local emergency procedures and operating procedures unique to the location. Site supplements also contain information concerning the local interaction between the DLA Disposition Services tenant appropriate facility and the DOD/DLA host facility EMS program. Contractors and their personnel are required to be aware that each DLA Disposition Services appropriate facility has an EMS and to be aware of EMS policies to perform work and/or gain access to an installation. Each DLA Disposition Services appropriate facility maintains EMS awareness posters that identify the DLA Disposition Services Environmental Management Representative (EMR) and Host facility EMR for specific guidance concerning an individual facilities' EMS program. Contractors may request current copies of EMS information identified in this paragraph by sending an e-mail request to DRMSEMR@dla.mil. 13.0 Contractor Manpower Reporting The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Logistics Agency via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. The contactor may direct questions to the help desk at: http://www.ecmra.mil. 14.0 Standards of conduct Criminal Actions - Contractor employees shall be subject to prosecution for criminal actions. These shall include, but are not limited to, the following: 1. Falsification, unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omission from official documents or records. 2. Theft, vandalism, immoral conduct, or unauthorized use of Government property. 3. Unethical or improper use of official authority or credentials. 4. Misuse of weapons, including possession of weapons on the premises. 5. Violations of State laws, such as traffic offenses, which have been assimilated and are enforced through the U.S. Magistrate Court System. 6. The contractor's employees shall be on the premises only for contractual duties and not for other than contractual purposes. 15.0 Protection to Public and Property In order to provide for environmental abatement and control and to prevent environmental pollution arising from the services of the contractor in the performance of this contract, the contractor shall comply with applicable federal, state and local laws and regulations concerning environmental pollution abatement and control currently in effect and all applicable DLA, Disposition Services Fire, Safety, Security and Environmental Protection Regulations. The Contractor must perform all operations in a prudent, conscientious, safe and professional manner. At a minimum, the Contractor's personnel and equipment shall comply with applicable federal, state, and local laws, safety regulations and procedures, and Contractor will ensure that its agents, employees, and subcontractors perform in a safe manner. The contractor shall ensure that its agents, employees and subcontractors involved in handling and packaging wastes are trained to the level of expertise required for the proper performance of the tasks and in particular, in the areas of chemical compatibility, safety, general first aid procedures and spills. Personal protective equipment shall be provided by the Contractor and must be appropriate for the task. The Contractor shall assume full responsibility and liability for compliance with all applicable local, state federal, and DoD regulations pertaining to the health and safety of personnel and environmental management during the execution of work. All work shall be completed and performed in accordance with the best practices of the trade and in compliance with all-applicable federal, state and local codes. The contractor shall take all necessary precautions to prevent injury to the public, building occupants, and/or damage to property of others. 16.0 Personal Protective Equipment (PPE) The contractor shall be responsible for equipping their personnel with the proper PPE required to safely provide services required. PPE is defined as equipment and supplies to protect the human body, inside and out, from harm / injury / illness occurring in line with contracted services provided. PPE may include, but is not limited to: Goggles, ANSI approved Safety Toe Boots, Leather Gloves, Hearing Protection, Face Masks (dust).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-17-Q-1009/listing.html)
- Place of Performance
- Address: DLA Disposition Services Battle Creek, Battle Creek, Michigan, 49037, United States
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN04461622-W 20170407/170405235648-e53e32d15c96050d531436d55d4a8567 (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 |