The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist by determining if this effort can be successfully competed and/or set-aside for Small Businesses. The proposed North American Industry Classification System (NAICS) Code is 541380- Testing Laboratories and Services the size standard is $19,000.000.00. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran- Owned, HubZone, and Women-Owned small business concerns. Medical Readiness Contracting Office - West JBSA Fort Sam Houston, Texas, is seeking potential sources to provide Environmental Proficiency Testing Services. The Government’s requirement for Environmental Proficiency Testing Services for DOD Food Analysis and Diagnostic Laboratory (FADL), Brooke Army Medical Center, JBSA Fort Sam Houston, Texas.
All listed salient characteristics are applicable to Environmental Proficiency Testing Services are listed below:
1. An acceptable Proficiency Testing (PT) result obtained by the laboratory is an assurance that the laboratory can produce data that is accurate, traceable and reproducible to allow the government to defend the results in court.
2. The provider must be accredited by American Association for Laboratory Accreditation (A2LA).
3. The provider must provide the following twice annually:
- A proficiency test for Radiological gross Alpha/Beta in potable drinking water and respond with report of results.
- A proficiency test for metals in potable drinking water to include mercury and uranium and respond with report of results.
- A proficiency test for inorganics and o-Phosphate in potable drinking water and respond with report of results.
- A proficiency test for pH, turbidity, pesticides in potable drinking water and respond with report of results.
4. The provider is required to provide certified reference material (CRM) for all proficiency tests. A certificate of analysis must be provided for each CRM.
This is not a solicitation. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Contractors responding to this source sought notice are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to wayne.v.thompson3.civ@health.mil. All responses must be received by 02 June 2025-10:00AM CST