NAVFAC NW LAB SAMPLING SERVICES

Agency:
State: Washington
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159468853943160
Posted Date: Mar 13, 2024
Due Date: Apr 12, 2024
Source: Members Only
Follow
NAVFAC NW LAB SAMPLING SERVICES
Active
Contract Opportunity
Notice ID
NW6039171
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC NORTHWEST NW
Office
NAVFACSYSCOM NORTHWEST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 13, 2024 02:45 pm PDT
  • Original Response Date: Apr 12, 2024 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Silverdale , WA 98315
    USA
Description

GENERAL INFORMATION



Document Type: Sources Sought Notice



Sources Sought Number: NW6039171



Posted Date: 13 March 2024



Classification Code: S10-Service



NAICS Codes: 541380



Anticipated Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) service type contract with a base period and four option periods.



Attachments: (1) Environmental Services PWS (Draft)



(2) Lab Sampling ELINs



(3) Sources Sought Info



Naval Facilities Engineering Systems Command Northwest (NAVFAC NW) is seeking responses from firms with interest and current relevant qualifications, experience, personnel, and capability to perform the work described below at various installations and facilities serviced by NAVFAC NW. This Sources Sought Notice is submitted in accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this sources sought notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. NAVFAC NW will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked “Proprietary” will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice. The Government reserves the right to determine how it should proceed based on the results of this action.



NAVFAC NW, in support of the Environmental business line (EV), is conducting preliminary planning market research to obtain information from potential and eligible contractors to provide Navy installations and Navy sites primarily within the greater Puget Sound Area Environmental Services to include, but not limited to the following:




  • Laboratory Testing

  • Field Sampling, Testing, Surveys, and Investigations

  • Shipping (Containers and Coolers)

  • Development/Modification of Sampling and Analysis Plans (SAPs), Standard Operating Procedures (SOPs), Quality Assurance Plans (QAPs), and Project Specific Documentation

  • Procure and manage Testing/Sampling Equipment and Supplies

  • Drinking Water Testing

  • Wastewater Testing

  • Storm water Testing

  • Asbestos and Lead Facility Inspections

  • Air Emission Testing

  • Insulating Oil Testing

  • Soil Testing



Technical Work Description - Typical work for this contract will be:




  • Laboratory Testing. Provide testing supplies (containers, coolers, blue ice, packing materials, preservative, etc.) and services to analyze environmental and other samples, including but not limited to, the following regulatory programs: Drinking Water, Wastewater, Stormwater, Groundwater, National Pollutant Discharge Elimination System, Industrial wastewater, Hazardous/Solid Waste, Air Testing, CERCLA (remedial investigation, feasibility studies and risk assessment - soil, sediment, groundwater, tissue), Sediment, Spill Response (shoreline, water ), and Underground Storage Tank investigations/closure. Work will also include testing related to construction/remodeling such as asbestos, lead, soil characteristics, and waste characterization.

  • Field Sampling and Field Testing. The Contractor shall furnish all labor, supervision, materials, supplies, travel, consumables, and equipment to conduct field sampling and testing service calls. Perform sampling in accordance with relevant federal, state and local regulations, Sampling and Analysis Plan(s), and customer guidance. Samples may be collected by the Navy and delivered to a laboratory or the contractor may be tasked with sample collection.

  • Database Development Support. Develop, design, and/or modify databases, in MS Access, or other database/programming language, for NAVFAC Northwest and their customers to facilitate the import of laboratory data, to permit the analysis, query and reporting of that data (including temporal queries), and to provide export of that data into multiple formats.

  • Develop/Modification of Sampling and Analysis Plans. Develop Sampling and Analysis Plans (SAPs) and/or a Standard Operating Procedure (SOP) that covers all aspects of the field sampling activities.

  • Procure Equipment and Supplies. Procure equipment and supplies associated with field sampling as specified by the Government. For example, equipment may include automatic storm water samplers.

  • Air Emission Source Testing. Air emission monitoring and testing performed in accordance with requirements set forth by federal, state, and local rules and permits. Testing and monitoring may be performed for the following sources, but not limited to: boilers, generators, storage tanks, fugitive emissions from building enclosures, electroplating/anodizing tanks, blast booths, paint booths, and powder coating booths.

  • Project-Specific Documentation. Develop and provide documentation related to a sampling and/or laboratory service such as: security access requirements, schedules, project plans, quality control plans, data validation, operations/maintenance manuals, final or interim project reports, health and safety plans, underground storage tank closure documentation, and well closure documentation.



Geographic Location: The geographic location of your company’s primary office must be within a three-hour (one-way) ground travel distance from Naval Base Kitsap Bangor. This criterion is to facilitate efficient on-site presence to naval facilities in the greater Puget Sound area to conduct activities such as sample collection, sample pick-up, equipment delivery/pick-up, and on-site meetings. The laboratory, if a separate entity from the primary contractor, does not need to be in the 3-hour distance but does need to be located in Washington due to certification requirements.



The majority of the work for this planned solicitation will be performed in the greater Pacific Northwest area to include the facilities listed below:



• Naval Base Kitsap, Bremerton, WA



• Naval Base Kitsap, Keyport, WA



• Naval Base Kitsap, Bangor, WA



• Naval Station Everett, WA



• Naval Air Station Whidbey Island, WA



• Naval Magazine Indian Island, WA



• Naval Radio Station Jim Creek, WA



• Naval Base Kitsap Manchester



• Naval Base Kitsap Jackson Park



It is anticipated that the preponderance of work under this planned solicitation will be performed in the greater Pacific Northwest area, however; project may occur at other facilities manage by Navy Region Northwest (NRNW) throughout Washington, Oregon, Alaska, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, and Iowa.. All work required herein shall be performed in accordance with all applicable Federal, State, and local laws and regulations.



The DRAFT Performance Work Statement (PWS) is hereby attached via Attachment 1. The majority of the work description in the Draft/preliminary (PWS) requires direct customer interface to assess customer needs, followed by implementation and coordination of cost-effective, timely, and regulatory compliant services. CTO management requirements involve key elements such as; scheduling of resources for sample collection, performing and documenting field tests; timely generation of customer reports, and implementation and monitoring of quality assurance and quality control practices. It is anticipated the proposed contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) service type contract with a base year and four option years. The approximate value is not to exceed $10M over the life of the contract based on the negotiated unit pricing and the quantity ordered assuming that all option years are exercised. ID/IQ work will be ordered using contract task orders (CTO) as firm fixed price with a minimum value of $1,000.00 and a maximum value of $500,000.00. For reference purposes only, the potential IDIQ requirements are reflected as Exhibit Line Item Numbers (ELINS) provided as Attachment (2) Lab Sampling ELINs.





In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. The NAICS Code is 541380, and the small business size standard is $19.0 million. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Not for profit organizations that are qualified to do business with the government are also encouraged to respond to this sources sought notice.



SUBMISSION REQUIREMENTS:



Interested sources are invited to respond to this Sources Sought announcement by completing and returning the response form provided with the announcement, Attachment (3) Sources Sought Information Form.



The total number of pages is limited to 10 single-sided 8.5 by 11 inch pages for the Sources Sought Information form response and 2 single-sided 8.5 by 11 inch pages for a cover letter. When completing the response form, please take the time to complete the form sufficiently so that NAVFAC NW can determine if there are a sufficient number of qualified small businesses available to set aside the solicitation. If an insufficient number of qualified responses are received, NAVFAC NW may issue the solicitation as full and open competition.



The Sources Sought Information Form must include the following information:




  1. Provide a positive statement of your interest in the procurement.

  2. Business Info: Firm Name, CAGE/UE ID Number, Address, Point of Contact (POC) information, NAICS code(s), Type of Business

  3. EXPERIENCE of the firm/team/JV in performing and completing similar work as the proposed requirement. To include the following information by contract: a) Name and contact information for the Agency/Owner b) contract number c) description of work d) dollar value of work e) geographic location(s) of work f) example of types of sampling and tests g) management/staffing of laboratory and associated services and h) use of government approved information technology system(s) or other.



Projects that do not include all information requested above will not be considered when determining if qualified experience has been demonstrated, and may not be considered when determining a socio-economic category.



Interested sources shall submit responses to this Sources Sought announcement no later than 2:00 PM PDT on 12 April 2024 via email to marivic.m.lorenzana.civ@us.navy.mil and kimberly.a.gillette4.civ@us.navy.mil. Responses received after the deadline or without the required information will not be considered. All responses will be used to determine the appropriate acquisition strategy for a future acquisition.



This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed above. At this time, the Government will not entertain questions concerning the DRAFT Performance Work Statement (PWS); however, interested firms may submit comments about the PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations. No reimbursements will be made for any costs associated with information provided in response to this announcement and any follow-up requests. Respondents will NOT be notified individually of the results of the sources sought.


Attachments/Links
Contact Information
Contracting Office Address
  • 1101 TAUTOG CIRCLE STE 203
  • SILVERDALE , WA 98315-1101
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 13, 2024 02:45 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >