B--Water Quality Laboratory Analysis Services
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)
- Original Published Date: Jul 31, 2024 07:22 am MDT
- Original Response Date: Aug 07, 2024 10:00 am MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 22, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
The Low Impact Development and Double Bayou projects also are event dependent, requiring sample collection at any time these two projects are in Texas. These two projects have been ongoing since 2010. The Low Impact Development is an event-based program designed to evaluate and assess stormwater runoff reduction through engineered waterways. Double Bayou project assesses water quality and monitoring efforts to evaluate the developed Watershed Development Plan (WPP). The Northside and Southside seven facilities to include Low Impact Development and the Double Bayou projects collect and sample E. Coli, and Fecal coliforms that must be processed within eight hours of sample collection, it is necessary to obtain laboratory services in a timely manner. The North Water District Lab offers 24-hour services, 365 days per year.
Period of Performance 09/01/2024 - 08/31/2029 base with four option years.
Pursuant to FAR 13.106-1(b)(1) The Water District Lab is the only source reasonable available for this requirement because they have been providing laboratory services since 2010. It's imperative that they provide these services to maintain the continuity of data throughout the life of the project.
In accordance with FAR 5.207, all responsible sources may submit a quotation which shall be considered by the agency; however, THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. The Government intends to award this requirement noncompetitively in accordance with FAR 13.106(b)(1).
Responses must be emailed to Dayna Parkin at dparkin@usgs.gov.
The NAICS code is 541380. The size standard is $19.0 million.
The anticipated award date of the contract is 08/16/2024. The anticipated contract will be firm fixed-price. A vendor must be registered at https://sam.gov/content/home to be awarded the purchase order.
Attachments/Links
Contact Information
Contracting Office Address
- 12201 SUNRISE VALLEY DRIVE
- RESTON , VA 20192
- USA
Primary Point of Contact
- Parkin, Dayna
- dparkin@usgs.gov
- Phone Number 703-648-7374
Secondary Point of Contact
History
- Aug 22, 2024 09:55 pm MDTPresolicitation (Original)