Purchase of TCLP Extractor and supplies
ID: W912HZ24Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the procurement of a Toxicity Characteristic Leaching Procedure (TCLP) extractor and related supplies under solicitation number W912HZ24Q0056. This procurement aims to acquire essential laboratory equipment and fluids necessary for conducting TCLP extractions, ensuring compliance with Environmental Protection Agency (EPA) requirements. The initiative emphasizes small business participation, including service-disabled veteran-owned and economically disadvantaged women-owned businesses, reflecting the federal government's commitment to supporting small enterprises while addressing specific environmental research needs. Interested bidders must submit their quotes by 3:00 PM CT on September 11, 2024, with deliveries expected on or before October 31, 2024. For inquiries, contact Ms. Shinita Jordan at Shinita.M.Jordan@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the U.S. Army Corps of Engineers for the procurement of a Toxicity Characteristic Leaching Procedure (TCLP) extractor and related supplies. The RFP, designated as solicitation number W912HZ24Q0056, requires bidders to submit their offers by 3:00 PM on September 11, 2024, with deliveries due on or before October 31, 2024. Key components requested include various laboratory equipment and fluids essential for TCLP extraction, with specifications ensuring compliance with EPA requirements. The RFP highlights the desire for small business participation, specifying that the project is set aside for small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. The document is structured into sections detailing submission instructions, product specifications, delivery requirements, and applicable government procurement clauses. It emphasizes the importance of proper identification and valuation of items, along with safety and compliance protocols during inspection and acceptance. This solicitation reflects the federal government’s commitment to supporting small businesses while fulfilling specific environmental research needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Disposal of Transformer, Bull Shoals
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the disposal of a decommissioned Westinghouse Single Phase Transformer and its associated components, including bushings and oil that may contain Polychlorinated Biphenyls (PCBs). The contract requires the selected contractor to manage all aspects of the disposal process, ensuring compliance with environmental regulations and providing all necessary labor, equipment, and supplies. This procurement is a Total Small Business Set-Aside under NAICS Code 562920, with an estimated performance period of 90 days following contract award. Interested parties must submit their quotes by September 20, 2024, via email, and include specific documentation such as a signed cover page and pricing schedule. For further inquiries, contact Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    Extractor Arm Exhaust Systems - Snokel Vent Tubes
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the establishment of a Blanket Purchase Agreement (BPA) for Extractor Arm Exhaust Systems (Snorkel Vent Tubes) on behalf of the Walter Reed Army Institute of Research (WRAIR) located in Silver Spring, MD. This procurement is specifically set aside for small businesses and includes a site visit scheduled for August 12, 2024, to facilitate understanding of the requirements prior to proposal submission. The Extractor Arm Exhaust Systems are critical for laboratory environments, ensuring proper ventilation and safety during research activities. Interested vendors must submit their proposals by August 29, 2024, at 11:00 AM EDT, and any questions regarding the solicitation should be directed to Rebecca Wisner at rebecca.c.wisner.civ@health.mil by August 14, 2024, at 11:00 AM EDT.
    66--Notice of Intent to Sole Source Robotic Titrator
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a solicitation for a robotic titrator, indicating a sole source procurement approach. The primary objective of this procurement is to acquire analytical laboratory equipment that meets the agency's minimum requirements, which will remain unchanged despite the upcoming solicitation. Robotic titrators are crucial for automating laboratory processes, enhancing efficiency, and ensuring precision in chemical analysis. Interested vendors should note that the deadline for quote submissions has been set for September 20, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Geoffrey Krieger at Krieger.Geoffrey@epa.gov or by phone at 312-886-7240.
    Calibration/Maintenance of Accelerated Solvent Extractors (ASE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Natick Division, is seeking a qualified contractor to provide a full coverage service agreement for two Accelerated Solvent Extractors (ASE) to support the verification testing and development of the vector protective textiles program. The contractor will be responsible for preventative maintenance and corrective repairs on the ASE 350 models, ensuring they remain operational for accurate and repeatable extractions critical to the program's success. Interested parties must demonstrate expertise in laboratory instrumentation maintenance and repair, with responses due by 12:00 pm EST on September 20, 2024, directed to Chris Welsh via email at richard.c.welsh2.civ@army.mil. This opportunity is not a request for proposals, and no solicitation document will be available.
    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.
    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.
    Talon IP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Talon IP project through a combined synopsis/solicitation process. This procurement is aimed at acquiring commercial products or services related to analytical laboratory instrument manufacturing, categorized under NAICS code 334516 and PSC code 6640 for laboratory equipment and supplies. The goods and services are crucial for supporting military operations and ensuring the effectiveness of laboratory analyses. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, and proposals must be submitted to the primary contact, Marketplace Support, at marketplacesupport@unisonglobal.com by the specified deadlines.
    SOLICITATION NUMBER 67925 - Grab Sampler 500ML
    Active
    Energy, Department Of
    The Department of Energy, specifically the Washington River Protection Solutions (WRPS), is seeking proposals for the procurement of a 500ML Grab Sampler. This solicitation is part of WRPS's Prime Contract DE-AC27-08RV14800 with the U.S. Department of Energy, Office of River Protection, and aims to support their operational needs in managing and analyzing environmental samples. The Grab Sampler is crucial for effective sampling in environmental monitoring and remediation efforts. Interested vendors should reach out to Wade Poulsen at douglaswpoulsen@rl.gov or call 509-372-2917 for further details regarding the proposal submission process.
    RFI - Toxic Industrial Chemical- Vapor Detector (TIC- VD) for the Dismounted Reconnaissance Sets, Kits, and Outfits (DR SKO)
    Active
    Dept Of Defense
    The U.S. Army is exploring the market for toxic industrial chemical vapor detectors to enhance its Dismounted Reconnaissance Sets, Kits, and Outfits (DR SKO). This request for information seeks cutting-edge technologies to improve chemical detection capabilities for defense forces. The focus is on rapid, handheld, and man-portable detection systems that integrate seamlessly into existing setups. Respondents are invited to share their expertise and solutions pertaining to detecting specific chemical vapors within set response times, with audible and visual alerts, while ensuring compatibility with protective gear. The devices must be durable and resilient, able to withstand extreme conditions and electromagnetic interference. Additionally, the Army is interested in data transfer capabilities, connectivity, and the ease of calibration and maintenance. This is a preliminary step for market research; no solicitation or commitment is implied. Responses are voluntary and will not influence future contracting opportunities. For more details, refer to the attached document, with responses due by the deadline specified therein. Contact Valerie Holden-Stewart or Alex M. Schupp for any clarification, keeping in mind that the government is under no obligation to respond or acknowledge information received. The potential funding amount for this initiative is promising, warranting careful consideration by potential respondents.
    Automated Distillation Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an Automated Distillation Tester, specifically the Tanaka Brand, Model AD-7, or an equivalent product. The procurement aims to acquire equipment that meets critical specifications, including a fire containment system, automatic overheat protection, an internal touch screen for user-friendliness, and compliance with ASTM D86 standards, which are essential for ensuring operational readiness and safety protocols. Interested vendors must register in the System for Award Management (SAM) and submit their quotations by September 24, 2024, with evaluations based on technical acceptability and lowest price. For inquiries, potential bidders can contact Alaina Hill at alaina.hill@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil.