Non-Drinking Water Sample Analysis for the Defense Centers for Public Health - Aberdeen
ID: HT942524Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Defense requires specialized environmental testing services for various samples, seeking detailed analytical results. This Small Business Set-Aside contract aims to engage a competent laboratory to analyze non-drinking water, soil, and sediment matrices for organic, inorganic, and biological compounds, supporting the Defense Centers for Public Health - Aberdeen (DCPH-A). The five-year Indefinite Delivery/Indefinite Quantity contract emphasizes timely testing and reporting, with a focus on maintaining chain-of-custody procedures. Contractors must submit detailed pricing structures and comprehensive past performance evaluations, with the potential for renewal. The procurement process includes stringent evaluation criteria, and contractors must adhere to strict confidentiality and conflict-of-interest guidelines. Key deadlines include the Offeror Question Submission Date on August 6th, 2024, and an anticipated ordering period from September 2024 to September 2029. Interested parties should contact Benjamin Marcus or Jesse Nisley for more information.

    Point(s) of Contact
    Files
    Title
    Posted
    The focus of this file is on addressing organizational conflict of interest (OCI) in government contracting. It outlines the responsibilities of contractors and the procedures to follow to identify, manage, and disclose potential OCIs. The aim is to prevent unfair competitive advantages and ensure impartial judgment in the contracting process. Contractors are required to certify their OCI status and submit mitigation plans when necessary, with sanctions available for non-compliance. The file serves as a guide for contractors in understanding and navigating OCIs, encouraging them to disclose and manage potential conflicts effectively.
    The focus of this file is on safeguarding sensitive information related to a government contract. It requires contractors and their employees to commit to a Non-Disclosure and Non-Use Agreement. This is done to prevent the unauthorized disclosure of proprietary information, including negotiation details, contractor proposals, and government spending plans. The file emphasizes the potential consequences of breaches and the legal remedies available. It also ensures that employees understand and accept the ongoing nature of these obligations, even if they change employers. This file is ancillary to the main procurement process, providing a framework for handling sensitive information exchanged during the course of the contract.
    The primary objective of this procurement is to obtain laboratory analysis services for non-drinking water samples to ensure compliance with federal and state regulations. The Defense Health Agency (DHA), specifically the Defense Centers for Public Health - Aberdeen (DCPH-A), seeks a contractor to perform timely and accurate analyses on these samples, measuring various compounds. The scope of work involves the contractor providing DCPH-A with the results and reports required for occupational health and safety compliance. The contract, expected to be an Indefinite Delivery Indefinite Quantity (IDIQ) type, aims to monitor and assess contractor performance using a Quality Assurance Surveillance Plan (QASP). The government will employ various surveillance methods to ensure the contractor meets performance objectives and standards. Should non-conformance occur, a hierarchy of actions will be taken, potentially leading to deductions in contract value or termination if corrections are not effected. Key dates include the monthly submission of COR Status Reports and the requirement for contractors to deliver services within specified timeframes. Evaluation of contractor performance will be based on factors such as timely delivery, adherence to technical specifications, and customer feedback.
    The government seeks a contractor to provide analytical services for testing and analyzing organic and inorganic substances in non-drinking waters, soils, sediments, and bulks. The focus is on determining unit prices for various methods, with an emphasis on ICPMS and EPA-approved techniques. These include ICPMS 6020 and 200.8 for waters and soils, covering a comprehensive range of metals and elements. The government requires efficient pricing for different projected quantities, broken down into base and optional periods. For the base period, the minimum and maximum total contract amounts are flexible, determined by historical data and future needs. The evaluation of proposals will consider technical merit and price, with the contract potentially leading to a full performance vehicle. The initial period is crucial, with four 12-month options renewable for a substantial period. Vendors must provide pricing for standard turn-around times, while priority surcharges are also detailed for urgent, high-priority, and standard samples. Key dates and critical information for vendors are outlined, making the file a comprehensive procurement document.
    The Past Performance Information Sheet (PPIS) outlines the requirements for contractors to provide information on their past experiences. It seeks to identify the individuals who can vouch for the contractor's work, along with contract details like numbers, dates, and values. The focus is on quantifying and describing the services rendered, explaining how they align with the current solicitation's requirements. Contractors must clarify their role and elaborate on any issues encountered, highlighting the corrective actions taken. This detailed past performance evaluation is aimed at assessing the contractor's suitability and competency for the current procurement.
    The government seeks a firm to analyze non-drinking water, soil, sludge, and sediment samples. The primary goal is to obtain detailed results outlining any organic, inorganic, or biological compounds present. This five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract involves storing, handling, and analyzing samples according to specific methods and turnaround times. The work involves receipt and storage of samples, with a focus on maintaining chain-of-custody procedures, performing analyses within specified timelines, and submitting electronic reports and data to the government. Key tasks include sample preparation, digestion, and analysis using methods such as gas chromatography and inductively coupled plasma mass spectrometry. The government will monitor performance through a Quality Assurance Surveillance Plan, with the contractor providing weekly status reports. This procurement is open to small businesses, with an anticipated ordering period from September 2024 to September 2029. Offerors must submit their quotes by the specified deadline for consideration.
    The government seeks to procure environmental testing laboratory services as a follow-up to the existing contract W81XWH19P0070. The incumbent contractor is Eurofins Lancaster Laboratories Environmental Testing, LLC. Laboratories must be accredited by the DoD Environmental Laboratory Accreditation Program (ELAP) for water and soil analysis. This RFP outlines a continued need for these specific environmental testing services, with the potential for new providers to compete for the contract. The key requirement is ELAP certification, ensuring qualified vendors can deliver accurate environmental analysis. The government will evaluate proposals based on their ability to meet these specific certification standards and likely other detailed technical requirements.
    The file pertains to a recent Combine Synopsis/Solicitation, seeking clarification on several aspects of a forthcoming contract for environmental testing services. Notably, it confirms the existence of an incumbent contractor, Eurofins Lancaster Laboratories Environment Testing, LLC, currently holding the contract W81XWH19P0070. The government seeks proposals for a follow-on contract, emphasizing that accredited laboratories must be used for environmental analysis, with pricing structured around individual elements rather than bulk pricing.
    Lifecycle
    Similar Opportunities
    Environmental Testing Services Contract at Various U.S. Navy, Marine Corps, Army and Air Bases and Facilities throughout NAVFAC Far East Area of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for Environmental Testing Services at various U.S. Navy, Marine Corps, Army, and Air Force bases within the NAVFAC Far East area of responsibility. The contract aims to ensure compliance with federal environmental regulations and address potential hazards at military installations, emphasizing the importance of thorough environmental assessments and testing. Interested contractors are encouraged to review the Performance Work Statement and submit inquiries via the provided Question & Answer form, with key deadlines and requirements outlined in the solicitation documents. For further information, prospective offerors can contact Yuka Kondo at yuka.kondo.ln@us.navy.mil or Ross Yamato at ross.w.yamato.civ@us.navy.mil.
    ANALYTICAL LAB SAMPLE-TRINITY RIVER
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide analytical laboratory services for environmental assessments related to the Trinity River. The procurement involves evaluating up to 380 samples for hazardous materials, including asbestos and heavy metals, with a performance period from September 29, 2024, to March 28, 2026. This initiative underscores the government's commitment to environmental safety and regulatory compliance, ensuring that all analyses adhere to federal standards and methodologies. Interested bidders must submit their quotes by September 17, 2024, at 7 AM ET, and can contact Kelly Cook at kcook@usbr.gov for further information.
    Laboratory Analysis
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command, is seeking proposals for a contract focused on laboratory analysis and environmental sample collection services at Fort Jackson, South Carolina. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform sample collection, laboratory analysis, and result reporting, adhering to the standards outlined in the Performance Work Statement. This procurement is critical for ensuring compliance with federal, state, and local environmental regulations, particularly concerning hazardous materials and environmental assessments. Interested contractors must submit their proposals by October 1, 2024, and can direct inquiries to Tonya Goines at tonya.l.goines.mil@army.mil or Faye Jackson at faye.r.jackson.civ@army.mil.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    Wastewater Treatment Plant Lab Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for laboratory testing services related to wastewater treatment at Scott Air Force Base in Illinois. The selected contractor will be responsible for performing weekly laboratory tests in compliance with the National Pollutant Discharge Elimination System (NPDES) permit, including the provision of sample containers, temperature-controlled transport, and timely reporting of test results within ten calendar days. This procurement is crucial for maintaining environmental safety and compliance in wastewater management, with the contract set aside exclusively for small businesses under NAICS code 541380. Interested parties must submit their proposals, including a cover letter and technical documentation, by the specified deadlines, and can direct inquiries to Erica Bratton at ERICA.BRATTON@US.AF.MIL or Brandon Katka at brandon.katka@us.af.mil.
    Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for laboratory testing services to support the Contingency Aeromedical Staging Facility (CASF) at Dobbins Air Reserve Base in Marietta, Georgia. The contractor will be responsible for providing certified personnel and managing all necessary equipment and supplies for various medical laboratory tests, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining the health and readiness of military and DoD civilian personnel, with a focus on timely specimen collection, quality control, and adherence to HIPAA standards. Interested contractors must submit their proposals by 12:00 pm EDT on September 20, 2024, and can contact Keyonis Shack at keyonis.shack@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.
    Lab Testing Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Foundry and Propeller Center, is seeking contractors to provide lab testing services for various materials in Philadelphia, Pennsylvania. The procurement involves a range of testing services, including chemical, microstructure, mechanical testing, and non-destructive testing (NDT) for samples such as K-Monel, Inconel 718, Ni-Al-Bronze, and Cu-Ni materials. This contract is critical for ensuring the quality and safety of materials used in Navy operations, with a focus on timely delivery of test results and compliance with strict security requirements. Interested contractors must submit their proposals by September 16, 2024, at 5:00 PM EST, and can contact Vincent Romano or Sean McColgan for further information.