Inactive
Notice ID:140G0125Q0001
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes to identify interested vendors for the requirement detailed below. A formal solicitation, statement of work, and technical exhibits are not a...
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes to identify interested vendors for the requirement detailed below. A formal solicitation, statement of work, and technical exhibits are not available currently. In accordance with FAR 19 - Small Business Programs, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement. The U.S. Geological Survey (USGS) New York Water Science Center (NYWSC) has a requirement for the analysis of New York City (NYC) drinking water samples to determine the disinfection byproduct formation potential. All samples will be collected by and filtered at the USGS NYWSC. The samples will be previously disinfected at the NYWSC according to Standard Method 5710B (APHA, 2023) prior to delivery to the contractor's laboratory. The anticipated contract will be five years from the date the contractor receives the award. The contractor will be responsible for providing all personnel, equipment, and materials required for the analysis. A partial list of requirements includes: 1. Determination of regulated trihalomethanes (THM) and haloacetic acids (HAA) according to certified EPA methods 524.2, 552.2, USEPA 1992, and USEPA 1995; 2. Contractor facility shall have the capability to analyze approximately 1000 USGS samples per year (estimated 5000 total over five contract years); 3. The Contractor will be required to complete standard Chain of Custody procedures and implement sampling storage requirements consistent with the certified methods; 4. For laboratories within 30 miles of the NYWSC (425 Jordan Road, Troy, NY, 12180-8349), the USGS will deliver the samples to the contractor's laboratory. For laboratories > 30 miles the contractor will be responsible for transporting the samples; 5. Contractors will be required to have and provide proof of certification for water chemistry by the New York State Department of Health (NYSDOH) and the National Environmental Laboratory Program (NELAP) for the parameters associated with EPA methods 524.2 and 552.2; 6. The Contractor must enroll in the New York City PASSPort online platform prior to award. More information available here: https://www.nyc.gov/site/mocs/passport/about-passport.page. The Government anticipates awarding at least one but not more than three indefinite quantity/delivery (IDIQ) contracts for these services. Orders against the contracts will be issued on a firm fixed-price basis. Issuance of a competitive solicitation will be determined by the results of this sources sought notice. Once issued, the solicitation and any documents related to this procurement will be available through the Governmentwide Point of Entry (GPE), https://www.sam.gov. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). The anticipated North American Industry Classification System (NAICS) code for this requirement is 541380 Testing Laboratories and Services. The size standard for this NAICS is $19.0 million. Vendors who believe they can responsibly perform this requirement should submit the following information to the contract specialist no later than the closing date of this notice: 1. Capability statement that includes the following: a. A description of the laboratory and technical qualifications to meet the aforementioned requirements; b. The distance in miles of the vendor's laboratory that will be performing the analysis from the USGS NYWSC; and c. For labs > 30 miles from the NYWSC, the vendor's procedure for maintaining sample integrity (e.g. temperature, agitation, pressure, etc.) during transportation of the samples to the laboratory; 2. Small business status (e.g. small business, service-disabled veteran owned small business, HUBZone business, 8(a), etc.); 3. Point of contact information name and email; and 4. SAM.gov Unique Entity Identifier (UEI), if any. Interested businesses should submit the above information to the attention Daniel Galvin, by email only to dgalvin@usgs.gov. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents may not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this notice. All questions and concerns may be submitted to the contract specialist via email only at dgalvin@usgs.gov.