SOURCES SOUGHT
B -- Laboratory sampling services to analyze environmental and other samples
- Notice Date
- 12/12/2018
- Notice Type
- Synopsis
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- N44255 NAVFAC NORTHWEST 1101 Tautog Circle Silverdale, WA
- ZIP Code
- 98315
- Solicitation Number
- N4425519MKTG2
- Response Due
- 1/9/2019
- Archive Date
- 1/14/2019
- Point of Contact
- Eleanor.drak@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 541380, Testing Laboratories. The applicable size standard is $14M, average annual gross receipts for the preceding three fiscal years. The work that will be applied to this contract is not to be construed as Architectural/Engineering in nature as delineated in FAR 36.601-4, nor will these types of services be procured on this contract. This contract is not being solicited or awarded in accordance with Brooks Act Procedures (40 USC 1102). At this time, the contract is planned as a firm-fixed-price, indefinite delivery, indefinite quantity service type contract with a base year and four option years. The approximate value of the contract is not to exceed $4,000,000 over the life of the contract based on the negotiated unit pricing and the quantity ordered assuming that all option years are exercised. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC-NW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The majority of the work for this planned solicitation will be performed in the greater Pacific Northwest area to include the following facilities: Naval Base Kitsap, Bremerton, WA; Naval Base Kitsap, Keyport, WA; Naval Base Kitsap, Bangor, WA; Naval Station Everett, WA; Naval Air Station Whidbey Island, WA; Naval Magazine Indian Island, WA; Naval Radio Station Jim Creek, WA. The geographic location of your company ™s primary office must be within a three-hour (one-way) ground travel distance from Naval Base Kitsap Bangor. This criterion is to facilitate efficient on-site presence to naval facilities in the greater Puget Sound area to conduct activities such as sample collection, sample pick-up, equipment delivery/pick-up, and on-site meetings. The laboratory, if a separate entity from the primary contractor, does not need to be in the 3-hour distance but does need to be located in Washington due to certification requirements. Technical Work Description - Typical work for this contract will include: Laboratory Testing, Field Sampling and Field Testing, Database Development Support, Stormwater System Mapping, Develop/Modification of Sampling and Analysis Plans, Procure Equipment and Supplies, Air Emission Source Testing, and Project-Specific Documentation. Submission Requirements: Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information form response and 2 single sided 8 ½ x 11 pages for a cover letter. 1. Name of the Firm, DUNS number, address and point of contact information. 2. Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. 3. Certificate of Liability: Provide the name of the company, type(s) of insurance and minimal and maximum limits. 4. Identify that you are willing to work at the specified location. 5. Experience: Using the Sources Sought Information Form, submit a maximum of five (5) projects describing the government or commercial contracts/projects your firm has completed in the last five (5) years. Firms must demonstrate experience in laboratory sampling that are similar in size, scope, and complexity as indicated in this announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N4425519MKTG2/listing.html)
- Place of Performance
- Address: Naval Facilities Engineering Command Northwest Eleanor Drake 3rd Floor 1101 Tautog Circle, Sivlerdale, WA
- Zip Code: 98315
- Country: US
- Zip Code: 98315
- Record
- SN05172653-F 20181214/181212230024 (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 |