Bulk Material Sampling and Analytical Laboratory Services Procurement
ID: SP800025R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO COLUMBUS DIVISION #3FORT BELVOIR, VA, 22060-6223, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)
Timeline
  1. 1
    Posted Apr 16, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 17, 2025, 3:59 AM UTC
Description

The Defense Logistics Agency (DLA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide bulk material sampling and analytical laboratory services for materials entering the National Defense Stockpile. The contractor will be responsible for performing physical and chemical property testing to ensure compliance with government specifications, with task orders detailing specific services, sampling locations, and timeframes. This procurement is critical for maintaining the integrity and safety of materials within the stockpile, ensuring timely acceptance decisions based on Certificates of Analysis (COAs) delivered within 80 calendar days of service requests. Interested contractors can reach out to primary contact Zoryanna Siemer at zoryanna.siemer@dla.mil or 614-692-2222 for further details, with proposals due electronically by the specified deadline.

Point(s) of Contact
Files
Title
Posted
The document outlines pricing sheets for analytical laboratory services, detailing various tests and associated costs, labor rates, and travel expenses for federal contracting purposes. It includes a range of physical property tests, element tests, and fees related to sample preparation, specifying unit prices for each service. The contract spans a base period from August 2025 to August 2026, with two optional extensions for the following years. Each section categorizes services such as ICP-OES/AES and GD-MS analysis, with specific costs provided for each analytical method. The pricing sheets also highlight labor categories with estimated hours and rates, supporting the need for precise budgeting for labor-intensive projects. Travel pricing is addressed, outlining methodologies for calculating costs based on labor and mileage. The document serves as a Federal Acquisition Regulation (FAR) compliant bid proposal, emphasizing fixed costs and labor-hour estimates necessary for government contracts. By providing comprehensive pricing details and standardized procedures for evaluations and proposals, it aims to streamline the bidding process for chemical and material testing services within government contexts. The detailed breakdown ensures clarity for potential contractors regarding expectations and financial commitments across different periods.
Apr 16, 2025, 6:06 PM UTC
The document outlines the Past Performance Questionnaire (PPQ) for contractors bidding on the Bulk Sampling and Testing contract under the Defense Logistics Agency (DLA). It serves to evaluate a contractor's previous performance on awarded contracts, assessing satisfaction levels in various areas, including cost control, quality, overall performance, and adherence to schedules. Contractors must provide identifying information alongside contact details for clarification purposes. The questionnaire includes specific inquiries such as contract details, cost management efficacy, compliance with safety and performance standards, and timeliness of service delivery. Additionally, it invites evaluators to provide an overall performance rating and reflect on whether they would award future contracts to the same contractor. The purpose of this PPQ is to gather crucial data for informed decision-making in the contractor selection process, ensuring reliability and competence in fulfilling government project requirements. This systematic evaluation aligns with federal contracting protocols, emphasizing the importance of past performance in determining future contract awards.
Apr 16, 2025, 6:06 PM UTC
The document outlines two mock task orders related to government procurement of materials, focusing on Electrolytic Manganese Metal (EMM) sampling and cobalt testing. The first task order details the government's expectation to receive 2,160 metric tons of EMM in 2026, requiring the contractor to provide sampling for each of the 36 lots, ensuring chemical property representativeness and conducting particle size analyses. The contractor must submit a Sampling Plan, including health and safety measures and equipment requirements. The EMM analysis is critical, with specific particle size tolerances outlined. The second task order involves 15 cobalt lots stored in Indiana, with the contractor tasked to analyze samples within 40 days of receipt. A Testing Plan must detail preparation methods, instrumentation, and laboratory capabilities. The contractor must report on multiple elemental content values without detailed specifications for each. Both task orders require a Quality Assurance Plan in the proposals, reflecting the government's emphasis on rigorous analysis and documentation in compliance with grant and RFP standards. These orders illustrate the federal government's commitment to ensuring material quality and safety in procurement practices.
Apr 16, 2025, 6:06 PM UTC
The document outlines a Request for Proposals (RFP) for laboratory material sampling and analytical services. It specifies the need for laboratory technicians to conduct sampling related to various physical and chemical properties of materials, such as metals and other contaminants. Key details include hourly rates for contract managers and technicians, as well as specific tasks to be undertaken during the sampling process. It emphasizes the importance of adhering to regulatory standards and the preparation of reports based on laboratory analyses. The proposal seeks qualified vendors to provide reliable materials characterization services to ensure compliance with safety and environmental regulations. Overall, it outlines the requirements and expected deliverables within the context of government contracts aimed at maintaining public safety standards.
Apr 16, 2025, 6:06 PM UTC
The Quality Assurance Surveillance Plan (QASP) for Bulk Material Sampling and Analytical Laboratory Services outlines procedures for evaluating contractor performance on behalf of the Defense Logistics Agency. The document details a performance management approach focused on outcomes, emphasizing contractor flexibility and continuous improvement while ensuring adherence to performance standards. Key responsibilities include monitoring, reporting, and corrective measures in case of non-compliance, with the potential for re-performance at the contractor's expense, reduced invoices, or contract termination. Performance objectives, acceptable quality levels, surveillance methods, and corrective actions are systematically defined to ensure transparency and accountability. The QASP highlights critical timelines for sample analysis, independence of sampling operations, and the importance of maintaining chain of custody for sample integrity. Additionally, compliance with environmental regulations and safety protocols is mandated throughout the operations. The culmination of the QASP ensures that the contractor delivers reliable, high-quality services while adhering to all specified standards and requirements, underscoring the government's commitment to operational excellence in materials sampling and analytical services.
Apr 16, 2025, 6:06 PM UTC
The Scotia Depot ESOHMS Orientation Guide outlines the Environmental, Safety, and Occupational Health Management System (ESOHMS) adopted by DLA Strategic Materials, structured around ISO 14001:2015 and ISO 45001:2018 standards. This guide emphasizes the importance of compliance with legal standards, continuous improvement, effective communication, and resource availability for training, aiming to protect human health and the environment. Key components include emergency response protocols, hazardous materials safety measures through NFPA labeling, and pollution prevention strategies—such as the Storm Water Pollution Prevention (SWPP) and Spill Prevention, Control, and Countermeasures (SPCC) plans. Contractors are required to manage hazardous materials appropriately, comply with recycling programs, and communicate any pertinent emergency information. The document reinforces the commitment to environmental protection and encourages proactive behavior in preventing contamination of local waterways. Overall, this orientation guide serves as a crucial resource for contractors and personnel interacting with the depot, ensuring awareness of health and safety practices integral to the facility’s operations.
Apr 16, 2025, 6:06 PM UTC
The Hammond Depot ESOHMS Orientation Guide outlines the Environmental, Safety, and Occupational Health Management System (ESOHMS) implementation by DLA Strategic Materials. Based on ISO standards, the ESOHMS aims to inform contractors and visitors about critical policies for protecting human health and the environment. Key elements of the ESOH policy emphasize compliance, continuous improvement, and communication. The document introduces the "Five Commandments," including safety, recycling, conservation, job responsibility, and awareness of regulations. It outlines emergency response procedures, including contact information and actions during emergencies. The guide details hazardous materials storage, pollution prevention strategies, and contractor requirements, emphasizing compliance with local, state, and federal regulations. Contractors are instructed to report hazardous materials use, maintain Safety Data Sheets (SDS), and engage with the depot's recycling program while acting responsibly in managing hazardous materials. The overall purpose of the guide is to ensure a safe, compliant operational environment at Hammond Depot, encouraging all individuals to be vigilant about environmental impacts and safety practices.
The Hawthorne Depot ESOHMS Orientation Guide outlines essential procedures and safety protocols for contractors and visitors at the facility. The guide introduces the Environmental, Safety, and Occupational Health Management System (ESOHMS), which complies with ISO 14001:2004 and OHSAS 45001 standards, emphasizing a commitment to environmental protection and occupational safety. Key elements include compliance with laws, continuous improvement, and communication practices. The document details emergency response procedures, including contact information for the Depot Supervisor and the nearest hospital. It instructs personnel on handling hazardous materials, identifying risk via NFPA color-coded signs, and adhering to the pollution prevention policies set forth. Contractors are required to report hazardous materials, maintain Material Safety Data Sheets (MSDS), and comply with safe disposal regulations. The summary emphasizes the pivotal role that all employees play in maintaining safety and environmental standards, encouraging proactive engagement in identifying and mitigating potential contamination issues. Overall, this guide serves as a foundational document for ensuring a safe and compliant working environment at the Hawthorne Depot, reflecting broader federal objectives in environmental and occupational health management.
Apr 16, 2025, 6:06 PM UTC
The DLA Strategic Materials Depot outlines essential on-site rules for visiting personnel, emphasizing compliance with security, environmental, safety, and occupational health regulations. Key requirements include adherence to the DLA's Environmental, Safety, and Occupational Health Management System (ESOHMS) and the review of relevant Safety Data Sheets (SDS) for materials being sampled. Visiting personnel must ensure they have necessary personal protective equipment and training, report incidents or injuries to the Contracting Officer Representative (COR), and complete written reports of such occurrences. Transportation of samples must align with Federal and State regulations, including hazardous materials guidelines, and all waste generated must be disposed of in accordance with applicable laws. This document serves as a critical framework for ensuring safety and regulatory compliance during materials sampling at the DLA facility, reinforcing the importance of health protection and environmental stewardship in government operations.
Apr 16, 2025, 6:06 PM UTC
The Occupational Radiation Protection Program (ORPP) established by DLA Strategic Materials (DLA-SM) in December 2022 outlines guidelines for protecting personnel from ionizing radiation during the handling and storage of licensed radioactive materials. The policy applies to all DLA-SM employees, visitors, and contractors at facilities where radioactive materials are present. Key responsibilities include the Chief, Environmental Management overseeing program development and administration, while the Radiation Safety Officer (RSO) ensures compliance with safety regulations and training. The program mandates regular reviews of procedures, maintenance of radiation detection instruments, and annual assessments of personnel exposure through Thermoluminescent Dosimeters (TLDs). Emphasis is placed on maintaining doses "As Low As Reasonably Achievable" (ALARA) with control measures such as engineering controls, restricted access, and personal protective equipment. Waste disposal is advised to comply with DoD regulations through a contracted broker. Stringent documentation requirements are established for monitoring exposure levels and conducting annual radiological surveys, ensuring compliance with Nuclear Regulatory Commission (NRC) standards. The program also emphasizes the importance of training, emergency procedures, and maintaining medical surveillance for employees potentially exposed to hazardous materials. Overall, the ORPP supports the safe operation of DLA-SM facilities, prioritizing the health and safety of individuals involved in activities related to radioactive materials.
Apr 8, 2025, 3:07 PM UTC
The Department of Defense's Defense Logistics Agency requires independent third-party bulk commodity sampling and analytical laboratory services for materials entering the National Defense Stockpile. This contract is governed by the Strategic and Critical Materials Stock Piling Act, as materials may remain stored for decades, necessitating precise verification of their chemical and physical properties. The contractor must conduct sampling and analysis of various materials, including metals like cobalt, lithium, and rare earth elements, ensuring adherence to governmental specifications within strict timelines. All sampling operations and testing must be independent from external influences, maintaining a robust chain of custody and quality assurance standards. The contractor must possess relevant certifications, including ISO accreditations and demonstrate expertise in analytical methods compliant with industry standards. The contract operates as an Indefinite Delivery Indefinite Quantity (IDIQ) with a minimum value of $10,000 and a maximum of $9.6 million. Tasks will be issued as Task Orders (TO), detailing materials, sampling procedures, and analytical requirements. The contractor is responsible for all logistics, quality management, and compliance with environmental and safety regulations while working on-site at government depots or commercial locations. This initiative is vital for upholding national defense standards and ensuring material reliability for future military operations.
Apr 16, 2025, 6:06 PM UTC
This government solicitation seeks proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide bulk sampling and analytical testing services for materials entering the National Defense Stockpile. The contractor will perform physical and chemical testing to verify that materials meet government specifications and requirements. Task Orders (TO) will detail the specific services, sampling locations, and timeframes, requiring the contractor to deliver Certificates of Analysis (COAs) within 80 calendar days of requests. The government operates storage depots across multiple states and must make timely acceptance decisions based on the COAs. Each TO will be issued with clear guidelines, and a firm-fixed price arrangements are envisioned, with potential extensions for the contract. The solicitation is open to all businesses, with no set-asides for specific business categories. Proposals must be submitted electronically by the deadline, and late submissions will not be considered. This contract aims to ensure reliable material documentation and compliance with safety regulations throughout the acquisition process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
Broad Agency Announcement National Defense Stockpile Qualification
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Strategic Materials, is issuing a Broad Agency Announcement (BAA) for National Defense Stockpile Qualification Research for Fiscal Years 2024 through 2026. This initiative aims to solicit proposals for research focused on qualifying domestically produced strategic and critical materials to mitigate reliance on foreign suppliers during national emergencies, addressing various material classes such as energetic materials, aeronautical materials, and coatings. The BAA emphasizes the importance of enhancing the domestic supply chain for critical materials to improve defense capabilities and stabilize supply chains. Interested parties must submit unclassified white papers by December 31, 2025, with a potential contract value of approximately $3,000,000, and can contact C. Isha Arrington at cecilia.arrington@dla.mil for further information.
10NSNs: Detector Pad, Contact Assy, Body Assy, Power Panel, Stand, Elbow, Ring, Sleeve, Switch
Buyer not available
The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for a contract involving the procurement of various National Stock Numbers (NSNs) related to military equipment, including detector pads, assemblies, and switches. The contract aims to provide stock replenishment coverage to support military depots, with specific delivery timelines ranging from 150 to 520 days depending on the item, and requirements for Contractor or Government First Article Testing. This procurement is crucial for maintaining operational readiness and ensuring the availability of essential military components. Interested small businesses must submit proposals electronically by the specified deadline, with the solicitation expected to be available on May 12, 2025, under solicitation number SPE7MX25R0054. For further inquiries, potential bidders can contact Kristina Wolf at Kristina.wolf@dla.mil or Mindy Cook at mindy.cook@dla.mil.
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the acquisition of 27 National Stock Numbers (NSNs), primarily focusing on Detector Tubes. This procurement is a successor contract to SPE7MX-20-D-0126 and is expected to have a five-year base period, with the solicitation set to be released on April 15, 2025. The goods are critical for various applications in search, detection, navigation, and guidance systems, underscoring their importance in defense operations. Interested vendors can submit quotes, which will be evaluated based on price, past performance, and delivery, with all submissions required to be in English and U.S. Dollars. For further inquiries, potential bidders can contact Brandy Warner at 614-692-5024 or via email at BRANDY.WARNER@DLA.MIL.
SENSOR ASSEMBLY
Buyer not available
The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for a contract to supply Sensor Assemblies, specifically National Stock Number (NSN) 6665-01-415-4957, to support military depots. This procurement aims to ensure stock replenishment coverage, with the contract structured as a Fixed Price, Indefinite Quantity Contract (IQC) for a base period of one year, with three optional one-year extensions, totaling a maximum duration of four years. The solicitation is classified as unrestricted and will follow the policies outlined in FAR Part 13.5, emphasizing the importance of these critical components for military operations. Interested vendors should submit their proposals electronically, with the solicitation expected to be available on May 12, 2025, under solicitation number SPE7MX25RX016. For further inquiries, contact Stephanie Frederick at stephanie.frederick@dla.mil or by phone at 614-917-9050.
Long Term Contract for NSN 2590016595620 KIT, BATTLE DAMAGE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide the KIT, BATTLE DAMAGE, under National Stock Number (NSN) 2590016595620. This procurement involves an indefinite delivery indefinite quantity contract, with an estimated annual demand of 877 kits and a maximum contract value of $12,092,076.00, emphasizing compliance with military specifications for packaging and delivery, particularly for hazardous materials. Interested parties should note that the solicitation will be issued as a total small business set-aside, with proposals evaluated based on price, delivery, past performance, and other factors, and can contact Chuck Mielke at charles.mielkeii@dla.mil or 419-345-2481 for further details.
Shipping and Storage Drum
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking additional sources for the procurement of Shipping and Storage Drums, specifically for National Stock Number (NSN) 8110-00-292-9783. The agency aims to gather industry insights to refine its procurement strategy, with the potential issuance of an Indefinite Quantity Contract lasting up to five years, focusing on the item’s commercial viability, production capabilities, and pricing structures. This initiative is crucial for enhancing military logistics and supply capabilities, ensuring that the armed forces have access to necessary materials. Interested parties must submit a technical data package by May 22, 2025, to Quiana Bowser at quiana.bowser@dla.mil, with preliminary responses due by April 6, 2025.
Shipping and Storage Drum
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking additional sources for the procurement of Shipping and Storage Drums, specifically for National Stock Number (NSN) 8110-00-030-7780, which is manufactured to specification MIL-DTL-6054. This opportunity aims to gather market insights to inform an acquisition strategy for an Indefinite Quantity Contract that may last up to five years, focusing on efficient procurement practices and industry collaboration. The DLA emphasizes the importance of understanding commercial status, pricing stability, delivery timelines, and production capabilities to effectively meet military supply needs. Interested parties must submit a technical data package by May 22, 2025, to Quiana Bowser at quiana.bowser@dla.mil, with responses to the market research survey due by May 6, 2025.
36--PRINTING AND PUBLIS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of printing and publishing services, specifically for National Stock Number (NSN) 3610016873587. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated three orders per year and a guaranteed minimum quantity of five. This procurement is crucial for maintaining operational efficiency and supporting various DLA depots both within the continental United States (CONUS) and overseas (OCONUS). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
Specimen Container Peel Pack
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking vendors for the Qualified Suppliers Listing (QSL) for Specimen Container Peel Pack products intended for use in Military Treatment Facilities and operational assemblages. Vendors must possess or apply for a Distribution and Pricing Agreement (DAPA) number, maintain active registration with the System for Award Management (SAM), and have agreements with DoD Medical/Surgical Prime Vendors such as Cardinal Health and Owens & Minor. This initiative is crucial for standardizing medical supplies within the Military Health System, ensuring compliance with quality standards and regulations, including the Trade Agreements Act (TAA). Interested vendors should submit their QSL Package Worksheet and supporting documentation by August 1, 2024, and can direct inquiries to Cornelius Brother at cornelius.l.brothers.ctr@health.mil or Moises Soto at moises.soto1.ctr@health.mil.