Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2025 SAM #8518
SOURCES SOUGHT

F -- Environmental Sampling

Notice Date
3/21/2025 10:09:54 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2568
 
Response Due
4/7/2025 11:00:00 AM
 
Archive Date
04/22/2025
 
Point of Contact
Cynthia VanBibber, Phone: 8123815561, Carrie Grimard, Phone: 8128546641
 
E-Mail Address
cynthia.m.vanbibber.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil
(cynthia.m.vanbibber.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing environmental sampling services. The Solicitation Number for this announcement N4008525R2568; Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite Quantity/Indefinite Delivery (IDIQ) type contract for recurring and non-recurring requirements for environmental sampling services . The minimum guarantee for this contract is the sum of the recurring services for the base twelve-month period. The Contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform environmental sampling services including building and equipment surveys, consultation and program management support related to asbestos, lead, PCBs, soil and water, environmental condition of property assessments, and testing and laboratory analysis services. Additional services required include library, database file, and program support related to these environmental programs. All work performed shall be in accordance with Federal, state, and local laws, and installation regulations. Services will be performed at various buildings at Naval Support Activity (NSA Crane), Crane, Indiana and Lake Glendora Testing Facility, Sullivan, Indiana. The term of the contract would be for a base period of twelve (12) months and four (4), twelve (12) month option periods to be exercised at the Government�s discretion. The term of the contract shall not exceed 60 months or the total value of the contract, whichever comes first. Performance period will begin on 01 August 2025. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman-Owned Small Business (WOSB) concerns, or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, WOSB, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted. The applicable NAICS Code is 541380 Testing Laboratories and Services. The Small Business Size Standard is $19,000,000.00. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: a copy of the certificate issued by the SBA of your qualifications as an 8(a) Region �V� contractor, HUBZone concern or WOSB; SDVOSB must also provide documentation of their status describe your partnering, teaming or joint venture intentions. a positive statement of your intention to submit an offer for this solicitation as a prime contractor. describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor. provide description of work performed in the last three years that is similar in type, size, scope, and complexity, Include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc. Under Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting (OCT 2022) (e)(1) Services (except construction), the contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract Solicitation release date is approximately 8 April 2025 with proposals due a minimum of 30 calendar days after solicitation issuance. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The solicitation once issued will be available for free download via: www.sam.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to the proposal due date. Offerors not already registered in the SAM database are highly encouraged to do so via www.sam.gov. Registration in SAM is free. Contractual and technical inquires shall be submitted via electronic mail to Cynthia M. VanBibber: cynthia.m.vanbibber.civ@us.navy.mil. Responses may be submitted under Solicitation Number N4008525R2568 via e-mail to: cynthia.m.vanbibber.civ@us.navy.mil. Submit Statement of Qualifications no later than 2:00 p.m. (EDT) on 7 April 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63c23a3c481a49ee943adbbdc2024241/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07381494-F 20250323/250321230049 (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.