Combined Synopsis-Solicitation for Whole-Rock Geochemical Analysis
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm, fixed-price quotes are being requested and a separate, written solicitation will not be issued.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, dated August 07, 2025. Please see attachment for Federal Acquisition Regulation (FAR) provisions and clauses applicable to this solicitation, including any that are incorporated by reference, which may be viewed in full text at https://www.acquisition.gov/browse/index/far:
FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023)
FAR 52.212-2 Evaluation - Commercial Products and Services (NOV 2021)
FAR 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services (MAY 2024)(Deviation FEB 2025)
FAR 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023)
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Products and Commercial Services (JAN 2025)(Deviation FEB 2025)
All interested parties must be actively registered in the System for Award Management (SAM) at the time of submitting a quote to be considered for an award of a federal contract. For information, review the SAM website at https://www.SAM.gov.
The U.S. Geological Survey (USGS) requires whole-rock geochemical analysis of rock samples in accordance with attached statement of work (SOW), provisions, and clauses. The contractor will analyze the samples using the following methods: major elements by fusion decomposition and XRF; carbon and sulfur by Leco; base metals by four acid digest and ICP-MS, trace elements by either Na-peroxide or Li-borate fusion and ICP-MS, volatile elements by aqua regia and ICP-MS, and element-specific fusion and selective ion electrode for high-fluorine. The fluorine method should have a lower limit of detection no higher than 100 ppm, and an upper limit of detection of at least 20%. Lithium (Li) must be reportable by at least one of these methods with an upper detection limit of at least 10,000 ppm.
This requirement is subject to Service Contract Labor Standards and wage determination is applicable according to location of performance. All services will be performed at the contractor's facility.
This is an unrestricted opportunity; evaluation will be made according to the following Trade-Off factors:
-Firm, fixed price
-Technical capability - demonstrates understanding and ability to fully meet the requirement
-Past performance - indicates how well the prospective contractor has performed prior, similar work
It is the responsibility of the prospective contractor to submit sufficient information to allow a meaningful evaluation for the factors above.
FOB Destination: Anchorage, AK 95508
Estimated Period of Performance: September 8, 2025 - June 30, 2026
If interested, please submit the following:
1. Firm, fixed price
2. Technical description of the service(s) being offered in sufficient detail, including product literature, references, and any other documents required for meaningful evaluation trade-off factors above
3. Signed, standard form (SF) 18
4. SAM Unique Entity Identification (UEI) number
Quotations shall only be accepted by email to jongjoco@usgs.gov no later than September 3, 2025 at 0900 hours Eastern Time. Hardcopy shall not be accepted nor considered. It is the responsibility of all interested parties to check back periodically for any amendments to the solicitation. All amendments must be signed and included when the quote is submitted.