Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2023 SAM #8061
SOLICITATION NOTICE

F -- Water Analysis

Notice Date
12/21/2023 11:07:45 AM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2552
 
Response Due
1/11/2024 11:30:00 AM
 
Archive Date
01/26/2024
 
Point of Contact
Donna Mason, Phone: 9104512582, Regenia D. Guest, Phone: 9104515816
 
E-Mail Address
donna.l.mason31.civ@us.navy.mil, regenia.d.guest.civ@us.navy.mil
(donna.l.mason31.civ@us.navy.mil, regenia.d.guest.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is NOT a request for a quote, proposal, or invitation for bid. The intent of this Pre- Solicitation synopsis is to notify potential offerors of the upcoming solicitation for a contract at Marine Corps Base Camp Lejeune (MCBCL), Marine Corps Air Station-New River, and surrounding areas of Jacksonville, North Carolina. The Base Environmental Management Division (EMD) conducts monitoring of both drinking water and wastewater as required by and in accordance too applicable state and Federal regulations. Drinking water samples are collected from five (5) different distribution systems aboard Camp Lejeune. Wastewater monitoring is conducted at MCBCL advanced wastewater treatment plant effluent and select locations within the New River. The EMD laboratory section is responsible for collecting all samples for submittal to an outside testing laboratory for water analysis. All testing laboratories must be certified by the state of North Carolina (NC), and the Federal Environmental Protection Agency (EPA) for analysis of samples. The Contractor shall provide all necessary sample bottles, packing materials, coolers, and equipment to perform the testing and analysis required in this contract. Additionally, the Contractor shall be responsible for transporting all samples from the Installation to the laboratory intact and uncontaminated. Reporting results shall be performed in a timely manner to the Government only an in compliance with Federal regulations, State, and local statutes, and with DOD policies, instructions, and guidance. The required North American Industry Classification System (NAICS) code for this requirement is 541380, Testing Laboratories with a size standard of $19,000,000.00. This procurement will be a 100% Set-Aside for Small Businesses, based upon the following market research: (1) A Sources Sought was posted on SAM.gov under N40085-24-R-2552 on 30 November 2023 through 15 December 2023 seeking certified small businesses as follows: Service Disabled Veteran Owned Small Businesses (SDVOSB), 8(a) Businesses, Small Disadvantaged Businesses, HUB Zone Small Businesses, and/or other Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirements. In response to the notice six (6) contractors replied, expressing interest. Some provided a brief introduction and background of their experience for the proposed project as requested. (2) A search in the System for Award Management (SAM) and SBA Government Profile database of the six (6) responses was conducted and resulted as follows: a. All five (5) of the contractors are registered in SAM as small businesses with the required NAICS code 541380 and size standard of $19 million. b. One (1) contractor is registered as 8(a) small business and Women Owned in SAM and SBA. c. One (1) contractor is registered as a small business in SAM and SBA. d. One (1) contractor is registered as a large business. e. One (1) contractor is registered as 8(a) small business, women owned in SAM and in SBA registered as 8(a) small business, Hubzone certified. f. One (1) contractor is registered as 8(a) small business, Serviced Disabled Veteran Owned in SAMs and in SBA registered as small business. The applicable Service Contract Act (SCA) Wage Determination presently is 2015-4389, Revision No. 24, Date of Revision: 07/10/2023. A complete copy of the wage determination can be found at http://www.wdol.gov/. The Government anticipates awarding a Firm-Fixed Price (FFP) type contract with a base period of one (1) year plus four (4) twelve-month option periods, to be exercised at the discretion of the Government. The total term of the contract, if all options are exercised, will be for 60 months. The Contractor may be required to continue performance for an additional period not to exceed six (6) months under FAR clause 52.217-8, �Option to Extend Services�. In either case, the Government will not synopsize the options when exercised. The Government intends to utilize FAR Part 12.602 (a)(b) Streamlined evaluation of offers, FAR 13.106-1 (a)(2) Soliciting competition, FAR Part 15 Contracting by Negotiation, FAR 15.101 Best value continuum, and Far Part 19 Small Business Programs. The solicitation will utilize source selection procedures which require offerors to submit information such as: technical capability, price, (or cost), safety ratings, and past performance data in their proposal for evaluation by the Government. With no exception or waivers. The resultant contract will replace a FFP contract for services awarded 13 September 2019. The present contract final period will expire 18 September 2024. The total estimated cost of that contract is $86,310.00 without options. The incumbent contractor is Environmental Chemists Inc. The solicitation will be available on 11 January 2024 (or thereafter). The estimated date for receipt of proposals is 30 days after the solicitation issue date. This solicitation will be available in electronic format only. Once posted, offerors can view and/or download the solicitation at www.sam.gov. Qualified Contractors must be registered in the System for Award Management (SAM). Contractors are encouraged to register for the solicitation on the SAM website. Only registered contractors will be notified by E-mail when amendments to the solicitation are issued, amendments must be signed and return with the submitted proposal. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Telephonic inquiries will not be accepted. Please direct questions to the Contract Specialist, Donna Mason via email at donna.l.mason31.civ@us.navy.mil. Alternate Points of Contact: Regenia Guest Contracting Officer Email: regenia.d.guest.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3853371bb86644e29f9250513b70877f/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN06919578-F 20231223/231221230045 (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.