SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541380 with a Small Business Size Standard of $16.5 Million for an upcoming requirement for the National Water Quality Lab, in Denver, CO to provide radiochemical analysis of water, sediment, and other materials.
THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR.
SUBMISSION IS VOLUNTARY.
This requirement is for Radiochemical Analyses of waters, suspended material, and sediment material. These requirements are to include but not limited to gross alpha/ gross beta (72 hr and 30 day recount), Ra-226, Ra-228, Ra-224, isotopic uranium, plutonium, and thorium, gamma, Po-210, Am-241, and Pb-210 dating of core samples.
Technical Requirements for Radiochemical Analyses for the USGS are to include but not limited to the following:
1.Dating of core samples reporting the following isotopes and MDCs-
Cs-137 0.05 pCi/g
Pb-210 0.1 pCi/g
Ra-226 0.4 pCi/g
2.Ra-226 by the Radon Emanation Technique (EPA Method 903.1) with a MDC of 0.1 pCi/L
3.Ra-224 and Ra-226 by alpha spec with a MDC of 1.0 pCi/L for each
4.Isotopic uranium (U-234, U-235, U-238), Am-241, isotopic plutonium (Pu-238, Pu-239/Pu-240) all by alpha spec with a MDC of 0.1 pCi/L for each
5.Radon by ASTM Method D 5072 with a MDC of 50 pCi/L
Each result is to be accompanied by a one sigma Combined Standard Uncertainty (CSU), a sample specific Minimum Detectable Concentration (ssMDC), and a sample specificcritical level (ssLc). The CSU, ssMDC, and SSLc are to be calculated using the equation in MARLAP.
Reports are to consist of a full data package as well as an Electronic Data Deliverable (EDD)
QA/QC data for up to the past two years to include:
1. Summary of method blanks
2. Summary of participation in USDOE, USEPA and other round robins Performance Evaluation studies
3. Numbers of samples run using this method in last two years
4. Spike recovery control chart
5. Method SOP
6. Calculation verifications and copies of all calculations
For market research purposes only, the USGS is investigating interested contractors that can demonstrate capabilities to meet the requirement. A detailed Performance-Based Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP) will be provided with any future solicitation that may be issued for this requirement.
In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.
Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, email addresses; and (b) in what capacity (e.g., prime, subcontractor, etc) they performed the work; and (3) their SIZE STATUS.
Your company must have a DUNs number and be registered in System for Award Management (SAM) https://www.sam.gov.
THERE IS NO SOLICITATION AT THIS TIME. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. All responses shall be submitted electronically via e-mail to: jharris@usgs.gov.
|