B--MINERAL SEPARATION SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
140G0224Q0068

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
140G0224Q0068

Identifier

140G0224Q0068
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64336)US GEOLOGICAL SURVEY (5467)OFC OF ACQUISITION GRANTS-DENVER (1294)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 213114 with a Small Business Size Standard of $41.0M for a requirement for mineral sample separation for future geochronology and isotopic tracer investigations.THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary.Project Description:The USGS needs to acquire mineral separates from rock samples to be used for U-Th-Pb geochronology, Ar-Ar geochronology and in-situ isotope tracer investigations.Understanding the timing of geologic processes and events as well as quantifying rates and timescales is key to geologic mapping, mineral and energy resource assessments, and natural hazard assessments. The samples submitted for mineral separation will be used in future
geochronology and isotopic tracer investigations to help us understand:-the timing, style, and extent of magmatism and further our knowledge of how mineral resources form and where new deposits are most likely to be found in the future-provide new age data for regional stratigraphic correlations and sedimentary provenance investigations that contribute to our understanding of the regional tectonic evolution and groundwater models-provide time-constraints on processes related to the formation of structural basins that hold valuable water and energy resources.Mineral separation involves breaking a rock sample down to individual mineral grains using various jaw crushers, mills, or electrical breakdown methods. Once individual mineral grains are liberated from each sample (if necessary), they are further separated based on size, density, and magnetic properties using a variety of methods and tools such as a water table, `heavy' liquids (e.g. Lithium Metatungstate or Methylene Iodide), and a `Frantz' magnetic separator.Tasks:1: The contractor shall receive rock and sediment samples, record the samples received and any specific processing requests in spreadsheet format (e.g. Excel file) within two business days of receiving samples. This information shall be provided to the USGS contact listed on the sample submission form for verification.2: The contractor shall process all samples received down to individual mineral separates based on size, density, and magnetic properties within five weeks of receipt. All mineral separate splits should be clearly labeled with the sample ID and split properties.3: The contractor shall provide a report in spreadsheet format (e.g. Excel file) detailing the separation process used for each sample submitted along with a list of the mineral separate splits for each sample within five weeks of receipt.4: The contractor shall return all mineral separate splits and all leftover sample materials for each sample submitted within five weeks of receipt.The contractor shall maintain a facility dedicated to mineral separation with a trained technical staff experienced in dealing with igneous, metamorphic, and sedimentary rocks as well as unconsolidated sediment samples. The contractor shall be able to accommodate kg-sized samples as well as small samples of no greater than several grams of drill-core material.A list of specifications and other required information will be provided with any solicitation that may be issued.Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses.In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.A firm is considered small under NAICS code 213114 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $41.0M. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration.Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS.Your company must be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.All responses must be submitted NLT March 28, 2024 at 5:00pm EDT via e-mail to: ctheeke@usgs.gov.This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the SAM.gov website and no paper copies will be provided.

DEN FED CTR, PO BOX 25046, MS 204  DENVER , CO 80225  USALocation

Office Address : DEN FED CTR, PO BOX 25046, MS 204 DENVER , CO 80225 USA

Country : United StatesState : ColoradoCity : Denver

You may also like

On- Call Landscape Architecture Services

Due: 06 May, 2024 (in 7 days)Agency: City Of Orinda

Teletherapy Services

Due: 23 May, 2024 (in 24 days)Agency: Birmingham City Schools

On- Call Landscape Architecture Services

Due: 06 May, 2024 (in 7 days)Agency: City of Orinda

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 213114Support Activities for Metal Mining
pscCode B525Natural Resource Studies