THIS IS A SOURCES SOUGHT ONLY. This Sources Sought notice is being issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. No formal solicitation for this work exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors to perform this type of work. The capability statements will be used to determine the appropriate procurement strategy, in particular, whether a set-aside or an alternate procurement strategy is warranted. The Government does not intend to award a contract and will not pay for any information or administrative costs incurred in response to this notice.
The Bureau of Reclamation, Lower Colorado-Basin, Yuma Area Office (YAO), Analytical laboratory requires type 1 ultrapure water and type 2 pure water for water sample preparation, standard preparation, reagent preparation and analysis of water samples. The laboratory's type 1 water is used for ICP-OES, ion chromatography, total residual chlorine titration, turbidity, total dissolved solids, total organic carbon (TOC), and microbiological analysis. The laboratory's type 2 water is used for alkalinity titrations, conductivity, field blanks, and glassware washing.
The type 1 ultrapure water must be:
- resistivity greater than 18 Megaohm
- TOC less than 50 ppb
- conductivity less than 0.08 µS/cm
The type 2 pure water must be:
- resistivity greater than 1.0 Megaohm
- TOC less than 50 ppb
- conductivity less than 1.0 µS/cm
The contractor must provide all components and standards for initial instrument installation, setup, performance, calibration on-site at YAO's Analytical Laboratory, and training.
The anticipated North American Industry Classification System code is 423490, Other Professional Equipment and Supplies Merchant Wholesalers, with a small business size standard of 150 in number of employees. Product Service Code 5049, Professional Equipment and Supplies, Not Elsewhere Classified.
The basic contract is anticipated as a firm-fixed-price purchase order.
Capability statements are to be submitted no later than January 31, 2023. All responses to this sources sought notice shall be submitted to Luis Gallardo via e-mail to lgallardo@usbr.gov.
The capabilities package should include the following information:
1. Provide business name, Unique Entity ID, address, point of contact to include e-mail address, telephone number and website if applicable;
2. Business size and type (8(a), HUBZone, Service-Disabled Veteran-Owned, Small Business, Women-Owned Small Business, Large Business, etc.);
3. Demonstrate the firm's capability and experience by providing a list of projects completed where the work involved similar contracts in the past five years, and in which your firm performed the work. Additionally, for each project listed, provide the following: a brief description of the work performed, project title, dollar value of the job, prime/subcontractor, location, and the customer's contact name and phone number for the work completed.