Laboratory Analysis
ID: W9124C24R0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document is an amendment to a solicitation, changing it from a 100% small business set-aside to an unrestricted proposal and extending the submission deadline. Key changes include a revised response due date from July 1, 2024, to October 1, 2024, and the initial solicitation date change to August 27, 2024. Furthermore, delivery schedules for multiple contract line item numbers (CLINs) have been adjusted, with shifts in projected operation periods from August 15, 2024, to February 15, 2025, expanding through February 2029 to February 2030. Modifications to wage determinations under the Service Contract Act also specify applicable minimum wage rates for various job roles, emphasizing compliance with Executive Orders regarding worker pay and benefits. Contractors must acknowledge receipt of these amendments to remain eligible in the bidding process, ensuring that all parties involved are aware of the terms and regulations guiding this procurement. The document serves as a critical update for interested contractors, reiterating the importance of compliance with federal regulations and guidelines for services under government contracts.
    The government document, W9124C24R0020, pertains to a Request for Proposal (RFP) for laboratory analysis services scheduled for June 10, 2024. This initiative is a follow-on to an existing contract with J. L. Rogers & Callicott Engineers, Inc., under contract number W9124C19D0006, accessible publicly via USAspending.gov for further details. The RFP seeks clarification on the types of media for sampling, which may include waste, soil, and surface waters; however, it explicitly excludes asbestos, groundwater, and air sampling. This information is essential for prospective contractors to accurately price their services based on the required sampling efforts and equipment. The document aims to outline the necessary steps for contractors while providing context on sampling parameters, highlighting the government's structured approach to laboratory analysis for environmental monitoring and compliance.
    The Performance Work Statement (PWS) outlines a non-personal services contract for laboratory analysis and environmental sample collection at Fort Jackson. The contractor is responsible for providing all necessary personnel, equipment, and materials to ensure compliance with federal, state, and local regulations regarding environmental media such as soil and water. Key services include sample collection, analysis, quality control, and timely reporting. The contractor must operate from a certified laboratory located within an hour of Fort Jackson and adhere to strict safety and security protocols, including completing necessary training and background checks for personnel. The contract spans a base year with four optional years, focusing on ensuring accurate analysis to facilitate environmental compliance. Performance is to be evaluated based on specific metrics regarding the collection and analysis of samples, with established methods to ensure accountability and quality assurance. This document serves as a critical framework for the government's environmental management efforts, ensuring that laboratory services meet required standards.
    This document details a government Request for Proposal (RFP) concerning environmental testing services that include a range of assessments for hazardous materials and chemical analyses. Key testing items include the Toxicity Characteristic Leaching Procedure (TCLP) for various metals, volatile organic compounds (VOCs), and total suspended solids (TSS), among others. Additionally, it covers asbestos analysis, specifically through Polarized Light Microscopy (PLM) and Transmission Electron Microscopy (TEM) methods, with estimated quantities required annually. The Offeror is instructed to provide a comprehensive total proposed price encompassing all associated costs, including direct and indirect expenses, overhead, and compliance with environmental laws. The document emphasizes the importance of thorough reporting and adherence to regulatory requirements throughout the completion of proposed services. Ultimately, this RFP aims to ensure safe environmental practices and compliance in managing hazardous materials, reflecting governmental priorities in public health and safety.
    The document is a government solicitation (W9124C24R0020) for a contract related to sample collection, laboratory analysis, and reporting services, primarily for environmental or testing purposes. The Contractor is expected to supply all necessary resources, including personnel and equipment, to meet specified performance standards as outlined in the Performance Work Statement. The contract includes firm fixed-price arrangements for various tasks, with options for additional services indicated in the schedule of supplies. Key details include the offer submission requirements, deadlines, and the need for compliance with both Service Contract Act wage determinations and Executive Orders related to labor standards. The solicitation specifies the estimated annual workload for various laboratory tests and outlines the inspection and acceptance process. Additionally, it emphasizes the importance of adhering to safety and insurance requirements during contract execution. The anticipated period of performance spans from February 2025 to February 2030, indicating a long-term engagement. This solicitation reflects the government’s emphasis on securing professional services efficiently while ensuring compliance with federal and state regulations regarding labor and environmental standards.
    The document outlines an amendment to a solicitation related to the contract identified by code W9124C24R0020. The primary purpose of the amendment is to extend the offer submission deadline from June 13, 2024, to July 1, 2024, at 10:00 AM. All other terms and conditions remain unchanged and in effect as previously established. Contractors must acknowledge receipt of this amendment through specified methods to ensure their offer is considered. The document serves as an official modification within the framework of federal contracting procedures, reflecting the authority of the contracting officer and the procedures governed by the Federal Acquisition Regulation (FAR). This extension could provide potential contractors additional time to prepare and submit their offers, thereby fostering an inclusive bidding process. Overall, this amendment is critical for maintaining transparency and procedural integrity in government procurement activities.
    The document pertains to an RFP (Request for Proposal) from the U.S. Army Mission and Installation Contracting Command for sample collection, analysis, and reporting services at Fort Jackson, South Carolina. This solicitation, numbered W9124C24R0020, outlines the requirements for a contractor to deliver comprehensive laboratory services, including personnel and equipment necessary to handle various environmental samples. The contract includes estimated workloads for laboratory tests, such as TCLP analysis for metals and VOCs, highlighting the expected quantities and unit prices. It emphasizes that all services must adhere to the specified Performance Work Statement standards. The RFP specifies delivering items to a designated agency location with a contract period spanning multiple years. It also includes wage determinations under the Service Contract Act, mandating minimum wage and benefits for employees engaged in the tasks under this contract. The document ultimately aims to secure the essential labor and reporting services to support the Army's environmental responsibilities, ensuring compliance with health and safety regulations throughout the project lifecycle.
    Lifecycle
    Title
    Type
    Laboratory Analysis
    Currently viewing
    Solicitation
    Similar Opportunities
    Generator Monitoring
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Generator Monitoring services at Fort Jackson, South Carolina. The contract aims to provide monitoring for approximately 20 existing Omnimetrix cellular monitors on generators to ensure compliance with environmental regulations, along with maintenance and replacement services for non-operational monitors. This procurement is crucial for maintaining reliable power sources and adhering to safety and operational standards within federal guidelines. Interested small businesses must attend a site visit on September 12, 2024, at 9:00 AM, and contact Tonya Goines or Faye Jackson for further details. The contract performance period is set from October 22, 2024, to October 21, 2029.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are encouraged to submit quotes as no written solicitation will be issued. For further details, potential bidders can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728.
    FY25 WATER PROGRAM ENVIRONMENTAL COMPLIANCE SUPPORT, FORT EISENHOWER, GA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors to provide environmental compliance support for the FY25 Water Program at Fort Eisenhower, Georgia. The procurement aims to secure a service contract for environmental consulting services, focusing on compliance with regulations such as the Clean Water Act and Georgia’s Environmental Protection standards, while supporting the Directorate of Public Works' Compliance Branch. This contract will span one base year with four potential one-year extensions, requiring on-site personnel to conduct assessments, inspections, and compliance reporting. Interested parties must submit their capability statements electronically by 10:00 EST on September 19, 2024, to the primary contact, Keosha Moss, at keosha.j.moss.civ@army.mil.
    Chemistry Molecular Cost Per Reportable Results
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Chemistry/Immunoassay Analyzers, Reagents, and related services at the Dwight D. Eisenhower Army Medical Center located in Fort Gordon, Georgia. The procurement aims to support military healthcare operations by providing essential medical diagnostic equipment and reagents, particularly for laboratory tests focused on sexually transmitted infections, including Chlamydia trachomatis, Neisseria gonorrhea, and Human Papilloma Virus (HPV). This contract, expected to be awarded as a Firm Fixed Price agreement, includes installation, training, and ongoing maintenance, with proposals due by September 20, 2024. Interested vendors should direct inquiries to Jacquetta White at jacquetta.o.white.civ@health.mil or Sebrena L. Lane at sebrena.l.hackleylane.civ@health.mil for further details.
    Resource Conservation and Recovery Act (RCRA) Environmental Laboratory Analysis in Support of Hazardous Waste Permit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to perform laboratory analyses of environmental samples in support of the Resource Conservation and Recovery Act (RCRA) hazardous waste permit at the Pueblo Chemical Depot in Colorado. The contractor will analyze samples such as concrete chips, soils, and wipes to determine concentrations of chemical agents, including mustard and its degradation products, as well as RCRA compounds like metals and mercury. This analysis is critical for ensuring compliance with environmental standards and the closure performance standards established by the Colorado Department of Public Health and Environment. Interested parties should contact Marc Lukaszewicz at marc.s.lukaszewicz.civ@army.mil or Lionel Love at lionel.d.love.civ@army.mil for further details regarding this opportunity.
    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.
    San Joaquin Hazardous Waste Removal and Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for the San Joaquin Hazardous Waste Removal and Disposal project. This opportunity involves the removal, transportation, and disposal of various hazardous wastes, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations within a 50-mile radius of specified pickup locations. The selected contractor will be responsible for ensuring compliance with all applicable laws and regulations while providing necessary personnel, equipment, and documentation for the project. Interested firms must submit a capabilities statement by 5:00 p.m. EST on September 12, 2024, to Denna Crandall at Denna.Crandall@dla.mil, with a copy to hazardouscontractswest@dla.mil, clearly indicating "SOURCES SOUGHT San Joaquin" in the subject line.
    Refuse and Recycling Collection Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Refuse and Recycling Collection Services to support the 99th Readiness Division at the Shawn M. Farrell II USARC located in Saugerties, NY. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to dispose of refuse and recyclables in accordance with the Performance Work Statement. These services are crucial for maintaining cleanliness and environmental compliance at military facilities. Interested contractors should contact Sameera Sharif at sameera.e.sharif.civ@army.mil or 609-562-7036, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335 for further details regarding the solicitation.
    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.
    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.