692M15-24-Q-00003 – Sources Sought – MARKET SURVEY – On-Call Industrial Hygiene Laboratory Services at the FAA, William J. Hughes Technical Center, Atlantic City International Airport, New Jersey

Apr 26, 2024 | Sources Sought

(1) INTRODUCTION

This survey is being conducted in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Section 3.2.1.2.1 for the purpose of soliciting statements of interest and capabilities from interested vendors. All responses to this market survey will be used for informational purposes only.  The FAA is not seeking or accepting unsolicited proposals at this time.

The FAA Safety Office Section (ANG-E372) at the William J. Hughes Technical Center (WJHTC) is soliciting information from vendors to identify responsible, qualified, capable sources to provide on-call industrial hygiene laboratory services at the FAA WJHTC in accordance with Attachment 1 – DRAFT Statement of Work.  Testing services will provide analysis of submitted samples on an as needed basis and in accordance with this SOW.

The Contractor must have a laboratory facility located within 60 miles driving distance to the FAA William J. Hughes Technical Center, Atlantic City International Airport, New Jersey with the ability to receive samples 24 hours per day 7 days per week.  The contractor’s laboratory must participate in the National Voluntary Laboratory Accreditation Program (NAVLAP) as recognized by the American Industrial Hygiene Association (AIHA).  All analyses must be performed in accordance with methods approved by the National Institute for Occupational Safety and Health (NIOSH), the Occupational Safety and Health Administration (OSHA), the Environmental Protection Agency (EPA), the American Society for Testing and Materials (ASTM), or the International Standards Organization (ISO) unless otherwise authorized by ANG-E372 when submitting samples.

This announcement is not intended to guarantee procurement of a service and will not be construed as a commitment by the Government to enter into a contract.

(2) NATURE OF COMPETITION

This Market Survey is conducted, in part, in an effort to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, Socially and Economically Disadvantaged Business (SEDB) vendors that are 8(a) certified, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), Women-Owned Small Business (WOSB) and/or Economically Disadvantaged Women-Owned Small Business (EDWOSB).  With that said, this Market Survey is intended to seek information from interested Offerors of all sizes and types. The acquisition strategy for the procurement has not been determined at this time.  The responses to this Market Survey will help determine the acquisition strategy and whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or Socially & Economically Disadvantage Business (SEDB/8(a)) certified firms.

(3) SUBMITTAL REQUIREMENTS FOR MARKET SURVEY

In response to this market survey please provide a capability statement addressing the following:

  1. Summary of your firm’s capability and approach in providing laboratory services as set forth in Attachment 1– DRAFT Statement of Work.
  2. Examples of corporate experience for similar work, including customer name, period of performance, customer point of contact, contract number, and description of work performed.

Respondents must include point of contact information including name of company, contact name, telephone number, email address and mailing address.  Respondents must also provide the firm’s business classification size. Capability statements should not exceed ten (10) pages in length. 

(4) STANDARD LANGUAGE

(a) A price for this requirement is not being solicited at this time. 

(b) All potential vendors must be registered in the System for Award Management website (https://sam.gov) for consideration of this award;

(c) Potential sources are cautioned that further public announcements may not be provided;

(d)This is not a Screening Information Request or Request for Proposals of any kind;

(e) The FAA is not seeking or accepting unsolicited proposals;

(f) The FAA will not pay for any information received or costs incurred in preparing the response to the market survey, and responses will not be returned;

(g) Any costs associated with the market survey submittal are solely at the interested respondent’s expense;

(h) The FAA reserves the right to reject, in whole or in part, any input as a result of this market survey;

(i) Respondents should note that the FAA reserves the right to communicate with one or more respondents at any time during the market survey and solicitation process.

(j) Questions and answers that clarify the details of this market survey may be provided to all respondents; however, the source of questions will not be identified.

(k) Respondents will not be notified of the results of this survey or results of information submitted; and

(l) Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent.  Such information will not be disclosed outside of the acquisition team.

(5) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

The principle North American Industry Classification System (NAICS) code for this effort is 541380, “Testing Laboratories and Services” with a size standard of $19,000,000, maximum.

(6) DELIVERY OF SUBMITTALS

Interested respondents must respond to this announcement via email at [email protected] by NOON (EST) on May 3, 2024.

Questions about this announcement must be electronically submitted in writing to

[email protected] no later than NOON (EST) on May 10, 2024.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.