Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2025 SAM #8570
SOURCES SOUGHT

H -- FY26 NPTU PCB Analysis Services

Notice Date
5/12/2025 11:02:10 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
A049131
 
Response Due
5/22/2025 1:00:00 PM
 
Archive Date
06/06/2025
 
Point of Contact
Leo Lachapelle, Matthew Michel
 
E-Mail Address
leo.lachapelle.2@us.af.mil, matthew.michel@us.af.mil
(leo.lachapelle.2@us.af.mil, matthew.michel@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Notice ID number is A049131 and shall be used to reference any written responses to this source sought. Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 541380 � PCB Analysis with a size standard $19,000,000 The requirement is to provide analytical and laboratory services in support of the Nuclear Power Training Unit (NPTU), located at Joint Base Charleston - Weapon Station, South Carolina. The contractor shall provide all analytical and laboratory services for Polychlorinated Biphenyls (PCB) and Toxicity Characteristic Leaching Procedure Metals. If the requirement for these services is not fulfilled, NPTU will not be able to execute the required sampling on the Moored Training Ships (MTS) barges and buildings on site; this would have a negative impact on NPTU's mission, ultimately stopping training and other site operations. Drafted Statement of Work is attached. Comments and questions are encouraged. In your capabilities package, please include your company�s UEI, Cage Code, System for Award Management expiration date, and any related information. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. We are interested in any size business that is capable and interested in this requirement. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Please indicate any current environmental certifications held such as the National Environmental Laboratory Accreditation Program (NELAP) or approved equivalent certification in accordance with Office of the Chief of Naval Operations (OPNAV) M5090.1 obtained. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Include in your capabilities package your Company Name, Point of Contact Information including phone number, email address, SAM UEI and Cage Code. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: leo.lachapelle.2@us.af.mil and matthew.michel@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 22 May 2025. Attachments: Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/516955f54b9d43ed86b22b297478a19a/view)
 
Place of Performance
Address: Goose Creek, SC 29445, USA
Zip Code: 29445
Country: USA
 
Record
SN07439948-F 20250514/250512230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.