Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

B -- Bulk Material Sampling and Analytical Laboratory Services Procurement

Notice Date
4/8/2025 7:32:39 AM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DCSO COLUMBUS DIVISION #3 FORT BELVOIR VA 22060-6223 USA
 
ZIP Code
22060-6223
 
Solicitation Number
SP800025R0005
 
Response Due
5/16/2025 8:59:00 PM
 
Archive Date
05/31/2025
 
Point of Contact
Zoryanna Siemer, Phone: 6146922222, Alicia Barrowman, Phone: 6146929640
 
E-Mail Address
zoryanna.siemer@dla.mil, alicia.barrowman@dla.mil
(zoryanna.siemer@dla.mil, alicia.barrowman@dla.mil)
 
Description
*****AMENDED PRESOLICITATION NOTICE: The solicitation posting is now scheduled for on or about April 15, 2025, with a closing date of May 16, 2025. These dates are estimates and subject to change. (1) Action Code: N/A (2) Date: 03/17/2025 (3) Year: 2025 (4) Contracting Office ZIP Code: 43213 (5) Product or Service Code: B529 (6) Contracting Office Address: 3990 East Broad Street, Columbus, OH 43213-1152 (7) Subject: Bulk material sampling and analytical laboratory services procurement. (8) Proposed Solicitation Number: SP8000-25-R-0005 (9) Closing Response Date: 30 days after the solicitation posting date (estimated to be approximately May 01, 2025). (10) Contact Point or Contracting Officer: Contract Specialist: Ms. Zoryanna Siemer (zoryanna.siemer@dla.mil) Contract Specialist: Ms. Victoria McPherson (victoria.mcpherson@dla.mil) Contracting Officer: Ms. Alicia Barrowman (alicia.barrowman@dla.mil) (11) Contract Award and Solicitation Number: N/A (12) Contract Award Dollar Amount: N/A (13) Line Item Number: Multiple CLINS with Sampling, Performance Management, Travel, Other Direct Costs, Analysis, and multiple tests based on materials to be priced. (14) Contract Award Date: N/A (15) Contractor: N/A (16) Description: SYNOPSIS: THIS SYNOPSIS ONLY PROVIDES NOTICE OF A PENDING DLA REQUIREMENT, AND NOT A REQUEST FOR PROPOSAL. NO SOLICITATION REGARDING THIS ACQUISITION IS CURRENTLY AVAILABLE. NO AWARD WILL BE MADE ON THE BASIS OF PROPOSALS RECEIVED IN RESPONSE TO THIS SYNOPSIS. The Defense Logistics Agency (DLA), also referred to as the Government, intends to post an unrestricted, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation with a Time and Materials (T&M) CLIN. The solicitation will be posted to SAM.gov and is for independent third-party bulk commodity sampling and analytical laboratory services for the National Defense Stockpile. This is to verify chemical and physical properties of different materials. The soliciation will be posted to SAM.gov on or around April 1, 2025 with a closing date 30 days after posting the solicitation. The solicitation will have a question period and all questions will be answered by amendment. Please see the draft PWS attached to this notice. The extent of services needed includes bulk sampling, either at a Department of Defense (DoD) facility or at a commercial facility (material vendor or a commercial storage/material handling) location. Bulk material sampling services require the contractor to travel to DoD locations and commercial locations, perform bulk material sampling where each sample is statistically representative of each lot of material, perform sampling operations consistent with accepted standards and/or accepted material industry practices, maintain chain of custody of the samples, ensure material containment is tamper-proof post-sampling. Additionally, laboratory services for the analysis of samples of materials in the inventory, or about to enter the inventory are required for verification testing of the material acquired. The maximum dollar value of the acquisition is not to exceed approximately $9.6M. The period of performance will be 3 years from the time of award with 1 base and 2 option years. The applicable PSC is B529 and the applicable NAICS is 541990 (All other Professional, Scientific, and Technical Services, small business size standard of $19.5M or less). This requirement will be procured under the guidelines of FAR Part 12, Commercial Items, with FAR Part 15, Contracting by Negotiation, and FAR Part 16, Time and Materials. Only proposals submitted from offerors registered in System for Award Management (SAM) will be considered for award under any resulting solicitation. For additional information and to register in SAM, please access the following website: https://sam.gov/ . In order to be eligible to receive an award under any resulting solicitation, an offeror must have a Unique Entity ID which may be acquired through SAM registration. All responsible sources may submit a proposal which shall be considered by the Government. (17) Place of Contract Performance: Performance locations are restricted to the United States, its outlying areas (i.e., United States Virgin Islands, Guam, American Samoa, and the Commonwealth of the Northern Mariana Islands), or Canada. (18) Set-aside Status: Unrestricted, solicited on a �full and open competition� basis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7996e58b6e134cf688ed88367c801455/view)
 
Record
SN07400798-F 20250410/250408230048 (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.