SOURCES SOUGHT
F -- Portland Projects Sources Sought for Water Testing Blanket Purchase Agreement (BPA)
- Notice Date
- 5/6/2024 9:39:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N-24-Q-104Y
- Response Due
- 5/16/2024 2:00:00 PM
- Archive Date
- 05/31/2024
- Point of Contact
- Raymie Briddell, Phone: (503) 808-4428, Nathean Stoner, Phone: 5038084634
- E-Mail Address
-
raymie.l.briddell@usace.army.mil, nathean.w.stoner@usace.army.mil
(raymie.l.briddell@usace.army.mil, nathean.w.stoner@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. ������� General This is a Sources Sought posted by the United States Army Corps of Engineers (USACE), Contracting, Portland District, Supply & Services Branch (CECT-NWP-S) and is for informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2. The requirement is for a Contractor to provide non-personal services in the collection of, laboratory testing of and reporting of water samples from with-in the Willamette Valley Project and Rogue River Basin Project.� Spanning Linn, Lane, Marion, and Jackson Counties in Oregon.� This sources sought is looking for additional firms, who take the Government Purchase Card, and can be called on to complete the actions and outlined in the draft Performance Work Statement (PWS) and draft Attachment 1 � BPA Tests and Sampling Schedule. 2. ������� Project Background The US Army Corps of Engineers (USACE), water quality program is committed to the comprehensive understanding of the interactions of the uses and users of the aquatic environment, the impact of USACE structures, and their operation on the aquatic environment. The continual water quality program provides opportunities for USACE to demonstrate its commitment to environmental leadership, conservation, restoration, and stewardship. As part of the Portland District�s water quality program, water quality samples have been collected throughout the Willamette Valley (WVP) and Rogue River Basin (RRB) Projects (at reservoirs, and from USACE facilities) for the past 15 years to monitor regulatory contaminants as well as informational inquiries of general water quality. �The need to continually evaluate water conditions at the reservoirs is done in conjunction with meeting strict Environmental Protection Agency (EPA), Oregon Health Authority, (OHA) and Oregon Department of Environmental Quality (ODEQ) regulatory requirements, with specific sampling and testing standards and state and federal reporting requirements.� WVP is searching for contractors who can provide field sampling and laboratory analysis of water quality samples. The purpose of this service is to satisfy Oregon Revised Statutes 448.131 that authorizes Oregon State Drinking Water Services to adopt administrative rules to ensure safe drinking water. The WVP has a total of 5 drinking water systems that can provide drinking water for either employees and/or visitors that fall under Oregon State drinking water rules. Drinking water systems are a mix of Non-Transient Non-Community and Transient Non-Community that operate both annually and seasonally. �Because USACE provides this drinking water, we are required to perform certain water quality analysis of these systems to ensure that water meets drinking water standards set forth in ORS 448.131.� RRB has 1 drinking water system that can provide drinking water for either employees and/or visitors that fall under Oregon State drinking water rules. Traditionally, USACE has collected the samples of water and either delivered by hand or mail to testing facilities.� Moving forward, USACE is searching for contractors who are trained, certified, and able to perform the sample collection, when called on by the Contracting Officer�s Representative, then perform the testing and provide the reported results to the USACE COR. Additionally, WVP & RRB must satisfy ODEQ request to provide supplemental data for a pending permit issuance.� In 2015, USACE submitted a National Pollutant Discharge Elimination System (NPDES) permit renewal application to the ODEQ. Upon review of the permit renewal application, ODEQ determined that supplemental data is necessary to proceed with issuing a permit. The analysis may be conducted for the following locations, Detroit Dam, Big Cliff Dam, Foster Dam, Green Peter Dam, Cougar Dam, Dexter Dam, Hills Creek Dam, Lookout Point Dam, and Lost Creek Dam. 3. ������� Contract Information The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to build a blanket purchase agreement (BPA) with a pool of contractors who are able to take the required water sample, or provide mailing label for USACE gathered sample, conduct the laboratory testing, and provide detailed ODEQ sufficient reports on testing. The requirement will be in the form of a five-year BPA with multiple contractors who, when called can take the Government Purchase Card (GPC); the USACE COR and GPC Cardholder would call the contractor to identify samples to be taken/tested and required reports. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry to include Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). All are highly encouraged to respond. If your company has a suggestion, question, or concern about this Sources Sought and/or the SAM-posting-attached Performance Work Statement, please email the Point of Contact below. 4. Capability Statements Contractors are requested to submit their capabilities to successfully accomplish the above listed requirements. It is expected that the contract will be awarded by SEP 2024.� If this fact affects a contractor�s business plan to submit a quote, USACE requests the contractor please email the USACE point of contact below stating how so. Point of Contact for all questions or assistance is the USACE Contracting Specialists, Raymie Briddell, 503-808-4428, Raymie.L.Briddell@usace.army.mil, and Nathean Stoner, 503-808-4634, Nathean.W.Stoner@usace.army.mil. 5. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: WVP & RRB Water Testing Sources Sought. Please send all responses to, Raymie.L.Briddell@usace.army.mil and �Nathean.W.Stoner@usace.army.mil. �A Firm�s response to this Sources Sought shall be limited to (5) pages total, including cover page, and shall include the following information: a.� Firm�s name, address, point of contact, phone number, email address, CAGE code and SAM number; b.� Firm�s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB). c.� Provide relevant and verifiable information on the Firm�s experience/capabilities as it pertains to the proposed work outlined in section 4. Capability Statements; and, d. Any questions you have on the proposed project. 6.� Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc3b3e515c54466db374df3e6a7cdcac/view)
- Place of Performance
- Address: Rickreall, OR, USA
- Country: USA
- Country: USA
- Record
- SN07054681-F 20240508/240506230048 (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 |