Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOURCES SOUGHT

65 -- Indoor Air Quality Laboratory Analysis

Notice Date
9/1/2020 6:11:34 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
PANHCA007656
 
Response Due
9/8/2020 8:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Donald Sanders, Phone: 2542878881, Fax: 2545533906
 
E-Mail Address
donald.d.sanders6.civ@mail.mil
(donald.d.sanders6.civ@mail.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Regional Health Contracting Office - Central, Ft. Hood, TX, has an upcoming requirement to solicit for and award a contract for Indoor Testing for the Industrial Hygiene Department, per the following requirements: Performance Requirements. Laboratory shall be accredited by the American Industrial Hygiene Association (AIHA) and participate in the AIHA Laboratory Proficiency testing program. Provide current accreditation certificates and renewals. Laboratory shall provide all personnel, equipment, and supplies required for the analysis of the submitted samples. Laboratory is required to provide analysis as requested and shall provide an immediate E-mail of test results. Provide free overnight shipment to laboratory for analysis. Provide free return ground shipping of insulated containers/coolers. Analysis Requested Samples may be submitted in separate batches on a daily basis. No set number of samples will be sent per project. No guarantee as to number of samples submitted per month.� Evaluation projects vary and the determination of sample collection and quantity is based on the project. A standard three (3) day turnaround time is required as a minimum. Customer may request an analysis be performed within a shorter period with appropriate increase to the individual sample pricing. Common samples submitted for analysis are provided in the following table. Industrial Hygiene Service (IHS) conducts evaluations for exposure to a multitude of chemical and physical hazards in worksites, medical facilities, and family housing.� The exposures may be to Soldiers, civilian employees, family members, and children.� Exposures to personnel may be due to routine worksite operations and procedures, or because of a chemical spill/release. To identify these potential exposure hazards, IHS requires the services of an un-biased, third party laboratory to provide analyses for various chemicals sampled.� Sample may be air, soil, or water.� Routine sample collections are part of mandated programs (DOD, DA, OSHA, ACAP, and The Joint Commission) to quantify employee occupational exposures. It is anticipated that the proposed services will result in a Firm Fixed-Priced contract. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees, regarding this requirement are strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 541380 � � Testing Laboratories�. The Small Business Size Standard is $16.5 million. Responses to this Sources Sought Notice should demonstrate the firm�s ability, capability, and responsibility to deliver the equipment listed above. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation when it is issued. �Offeror�s capability to meet equipment requirements. �Offeror�s capability to provide the needed services with all the salient characteristics listed. Documentation of authorization to provide services if not the manufacturer of the equipment. �Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. All interested businesses must be registered in the Central Contractor�s Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to Don Sanders, Contract Specialist at: Donald.d.sanders6.civ@mail.mil. Telephonic inquiries will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d0322ab898a4cd3aee63454fffe69ef/view)
 
Place of Performance
Address: Fort Hood, TX 76544, USA
Zip Code: 76544
Country: USA
 
Record
SN05782908-F 20200903/200901230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.