Search Contract Opportunities

Bulk Material Sampling and Analytical Laboratory Services Procurement   2

ID: SP800025R0005 • Type: Presolicitation

Description

Posted: April 8, 2025, 10:32 a.m. EDT

*****AMENDED PRESOLICITATION NOTICE: The solicitation posting is now scheduled for on or about April 15, 2025, with a closing date of May 16, 2025. These dates are estimates and subject to change.

(1) Action Code: N/A

(2) Date: 03/17/2025

(3) Year: 2025

(4) Contracting Office ZIP Code: 43213

(5) Product or Service Code: B529

(6) Contracting Office Address: 3990 East Broad Street, Columbus, OH 43213-1152

(7) Subject: Bulk material sampling and analytical laboratory services procurement.

(8) Proposed Solicitation Number: SP8000-25-R-0005

(9) Closing Response Date: 30 days after the solicitation posting date (estimated to be approximately May 01, 2025).

(10) Contact Point or Contracting Officer:

Contract Specialist: Ms. Zoryanna Siemer (zoryanna.siemer@dla.mil)

Contract Specialist: Ms. Victoria McPherson (victoria.mcpherson@dla.mil)

Contracting Officer: Ms. Alicia Barrowman (alicia.barrowman@dla.mil)

(11) Contract Award and Solicitation Number: N/A

(12) Contract Award Dollar Amount: N/A

(13) Line Item Number:

Multiple CLINS with Sampling, Performance Management, Travel, Other Direct Costs, Analysis, and multiple tests based on materials to be priced.

(14) Contract Award Date: N/A

(15) Contractor: N/A

(16) Description:

SYNOPSIS: THIS SYNOPSIS ONLY PROVIDES NOTICE OF A PENDING DLA REQUIREMENT, AND NOT A REQUEST FOR PROPOSAL. NO SOLICITATION REGARDING THIS ACQUISITION IS CURRENTLY AVAILABLE. NO AWARD WILL BE MADE ON THE BASIS OF PROPOSALS RECEIVED IN RESPONSE TO THIS SYNOPSIS.

The Defense Logistics Agency (DLA), also referred to as the Government, intends to post an unrestricted, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation with a Time and Materials (T&M) CLIN. The solicitation will be posted to SAM.gov and is for independent third-party bulk commodity sampling and analytical laboratory services for the National Defense Stockpile. This is to verify chemical and physical properties of different materials.

The soliciation will be posted to SAM.gov on or around April 1, 2025 with a closing date 30 days after posting the solicitation.

The solicitation will have a question period and all questions will be answered by amendment. Please see the draft PWS attached to this notice.

The extent of services needed includes bulk sampling, either at a Department of Defense (DoD) facility or at a commercial facility (material vendor or a commercial storage/material handling) location. Bulk material sampling services require the contractor to travel to DoD locations and commercial locations, perform bulk material sampling where each sample is statistically representative of each lot of material, perform sampling operations consistent with accepted standards and/or accepted material industry practices, maintain chain of custody of the samples, ensure material containment is tamper-proof post-sampling. Additionally, laboratory services for the analysis of samples of materials in the inventory, or about to enter the inventory are required for verification testing of the material acquired.

The maximum dollar value of the acquisition is not to exceed approximately $9.6M. The period of performance will be 3 years from the time of award with 1 base and 2 option years.

The applicable PSC is B529 and the applicable NAICS is 541990 (All other Professional, Scientific, and Technical Services, small business size standard of $19.5M or less).

This requirement will be procured under the guidelines of FAR Part 12, Commercial Items, with FAR Part 15, Contracting by Negotiation, and FAR Part 16, Time and Materials.

Only proposals submitted from offerors registered in System for Award Management (SAM) will be considered for award under any resulting solicitation. For additional information and to register in SAM, please access the following website: https://sam.gov/ . In order to be eligible to receive an award under any resulting solicitation, an offeror must have a Unique Entity ID which may be acquired through SAM registration.

All responsible sources may submit a proposal which shall be considered by the Government.

(17) Place of Contract Performance:

Performance locations are restricted to the United States, its outlying areas (i.e., United States Virgin Islands, Guam, American Samoa, and the Commonwealth of the Northern Mariana Islands), or Canada.

(18) Set-aside Status:

Unrestricted, solicited on a full and open competition basis.

Posted: March 17, 2025, 10:44 a.m. EDT
Background
The Defense Logistics Agency (DLA) intends to procure independent third-party bulk commodity sampling and analytical laboratory services for the National Defense Stockpile. This procurement aims to verify the chemical and physical properties of various materials, ensuring compliance with government specifications. The contract will be issued as an unrestricted, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) solicitation, with a Time and Materials (T&M) CLIN. The maximum dollar value of the acquisition is approximately $9.6 million.

Work Details
The contractor shall perform bulk sampling services of materials in or about to enter the government’s Stockpile, including physical and chemical property analytical testing for conformance to specifications. Services include:

- Bulk sampling at Department of Defense (DoD) or commercial facilities.
- Performing statistically representative sampling operations consistent with accepted standards.
- Maintaining chain of custody for samples and ensuring tamper-proof containment post-sampling.
- Conducting laboratory analysis of samples for verification testing.
- Developing a material sampling plan within seven calendar days of task order issuance.
- Submitting quality assurance plans and testing plans as part of their proposal.
- Reporting results within specified timelines, including Certificates of Analysis (COAs).

The contractor must also comply with environmental, safety, and health regulations while on government property.

Period of Performance
The period of performance is three years from the time of award, including one base year and two option years.

Place of Performance
Performance locations are restricted to the United States, its outlying areas (including U.S. Virgin Islands, Guam, American Samoa, Northern Mariana Islands), or Canada.

Overview

Response Deadline
May 16, 2025, 11:59 p.m. EDT (original: May 1, 2025, 11:59 p.m. EDT) Past Due
Posted
March 17, 2025, 10:44 a.m. EDT (updated: April 8, 2025, 10:32 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Time And Materials; Fixed Price;
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
57% of similar contracts within the Defense Logistics Agency had a set-aside.
On 3/17/25 DCSO Fort Belvoir issued Presolicitation SP800025R0005 for Bulk Material Sampling and Analytical Laboratory Services Procurement due 5/16/25. The opportunity was issued full & open with NAICS 541990 and PSC B529.
Primary Contact
Name
Zoryanna Siemer   Profile
Phone
(614) 692-2222

Secondary Contact

Name
Alicia Barrowman   Profile
Phone
(614) 692-9640

Additional Contacts in Documents

Title Name Email Phone
Contract Specialist Ms. Victoria McPherson Profile victoria.mcpherson@dla.mil None

Documents

Posted documents for Presolicitation SP800025R0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation SP800025R0005

Incumbent or Similar Awards

Contracts Similar to Presolicitation SP800025R0005

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SP800025R0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SP800025R0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DCSO FORT BELVOIR DIVISION #2
FPDS Organization Code
97AS-SP8000
Source Organization Code
500023954
Last Updated
May 31, 2025
Last Updated By
alicia.barrowman@dla.mil
Archive Date
May 31, 2025