North Carolina Bids > Bid Detail

Water Analysis

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159352245757145
Posted Date: Dec 21, 2023
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/3853371bb8...
Follow
Water Analysis
Active
Contract Opportunity
Notice ID
N4008524R2552
Related Notice
N4008524R2552
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 21, 2023 02:07 pm EST
  • Original Response Date: Jan 11, 2024 02:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Camp Lejeune , NC 28547
    USA
Description

This is NOT a request for a quote, proposal, or invitation for bid. The intent of this Pre-

Solicitation synopsis is to notify potential offerors of the upcoming solicitation for a contract at

Marine Corps Base Camp Lejeune (MCBCL), Marine Corps Air Station-New River, and

surrounding areas of Jacksonville, North Carolina. The Base Environmental Management

Division (EMD) conducts monitoring of both drinking water and wastewater as required by and

in accordance too applicable state and Federal regulations. Drinking water samples are

collected from five (5) different distribution systems aboard Camp Lejeune. Wastewater

monitoring is conducted at MCBCL advanced wastewater treatment plant effluent and select

locations within the New River. The EMD laboratory section is responsible for collecting all

samples for submittal to an outside testing laboratory for water analysis. All testing

laboratories must be certified by the state of North Carolina (NC), and the Federal

Environmental Protection Agency (EPA) for analysis of samples.



The Contractor shall provide all necessary sample bottles, packing materials, coolers, and

equipment to perform the testing and analysis required in this contract. Additionally, the

Contractor shall be responsible for transporting all samples from the Installation to the laboratory

intact and uncontaminated. Reporting results shall be performed in a timely manner to the

Government only an in compliance with Federal regulations, State, and local statutes, and with

DOD policies, instructions, and guidance.



The required North American Industry Classification System (NAICS) code for this requirement

is 541380, Testing Laboratories with a size standard of $19,000,000.00.

This procurement will be a 100% Set-Aside for Small Businesses, based upon the following

market research:



(1) A Sources Sought was posted on SAM.gov under N40085-24-R-2552 on 30 November

2023 through 15 December 2023 seeking certified small businesses as follows: Service

Disabled Veteran Owned Small Businesses (SDVOSB), 8(a) Businesses, Small Disadvantaged

Businesses, HUB Zone Small Businesses, and/or other Small Businesses with current relevant

qualifications, experience, personnel, and capabilities to perform the proposed requirements. In

response to the notice six (6) contractors replied, expressing interest. Some provided a brief

introduction and background of their experience for the proposed project as requested.

(2) A search in the System for Award Management (SAM) and SBA Government Profile

database of the six (6) responses was conducted and resulted as follows:

a. All five (5) of the contractors are registered in SAM as small businesses with the required

NAICS code 541380 and size standard of $19 million.

b. One (1) contractor is registered as 8(a) small business and Women Owned in SAM and

SBA.

c. One (1) contractor is registered as a small business in SAM and SBA.

d. One (1) contractor is registered as a large business.

e. One (1) contractor is registered as 8(a) small business, women owned in SAM and in SBA

registered as 8(a) small business, Hubzone certified.

f. One (1) contractor is registered as 8(a) small business, Serviced Disabled Veteran Owned in

SAMs and in SBA registered as small business.

The applicable Service Contract Act (SCA) Wage Determination presently is 2015-4389,

Revision No. 24, Date of Revision: 07/10/2023. A complete copy of the wage determination can

be found at http://www.wdol.gov/.

The Government anticipates awarding a Firm-Fixed Price (FFP) type contract with a base period

of one (1) year plus four (4) twelve-month option periods, to be exercised at the discretion of the

Government. The total term of the contract, if all options are exercised, will be for 60 months.

The Contractor may be required to continue performance for an additional period not to exceed

six (6) months under FAR clause 52.217-8, “Option to Extend Services”. In either case, the

Government will not synopsize the options when exercised.

The Government intends to utilize FAR Part 12.602 (a)(b) Streamlined evaluation of offers, FAR

13.106-1 (a)(2) Soliciting competition, FAR Part 15 Contracting by Negotiation, FAR 15.101

Best value continuum, and Far Part 19 Small Business Programs. The solicitation will utilize

source selection procedures which require offerors to submit information such as: technical

capability, price, (or cost), safety ratings, and past performance data in their proposal for

evaluation by the Government. With no exception or waivers.

The resultant contract will replace a FFP contract for services awarded 13 September 2019. The

present contract final period will expire 18 September 2024. The total estimated cost of that

contract is $86,310.00 without options. The incumbent contractor is Environmental Chemists

Inc.



The solicitation will be available on 11 January 2024 (or thereafter). The estimated date for

receipt of proposals is 30 days after the solicitation issue date. This solicitation will be available

in electronic format only. Once posted, offerors can view and/or download the solicitation at

www.sam.gov. Qualified Contractors must be registered in the System for Award

Management (SAM). Contractors are encouraged to register for the solicitation on the SAM

website. Only registered contractors will be notified by E-mail when amendments to the

solicitation are issued, amendments must be signed and return with the submitted proposal. All

documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat

Reader, required to view the PDF files, can be downloaded from the Adobe website.

Telephonic inquiries will not be accepted. Please direct questions to the Contract Specialist,

Donna Mason via email at donna.l.mason31.civ@us.navy.mil.



Alternate Points of Contact:

Regenia Guest

Contracting Officer

Email: regenia.d.guest.civ@us.navy.mil


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >