SOLICITATION NOTICE
A -- SAMPLE ANALYSIS
- Notice Date
- 11/6/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-04-00043
- Response Due
- 11/21/2003
- Archive Date
- 12/21/2003
- Point of Contact
- Point of Contact, Joy Kimble, Purchasing Agent, Phone (919) 541-2897
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(kimble.joy@epa.gov)
- Description
- NAICS Code: 541380 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-04-00043, and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. The associated North American Industry Classification System (NAICS) code is 541710 which has a small business size standard of 500 employees. It is anticipated that the contract will be awarded as a result of full and open competition. The purpose of this notice is to inform all interested parties that the Environmental Protection Agency, Research Triangle Park, NC intends to award a Firm-fixed-price purchase order as a result of this solicitation. Award will be made to a single contractor for all sample analyses. The period of performance will be one year from date of award. Project Title: "Mercury Source Identification and Risk Management Recommendations for Fish Tissue Consumption from Livestock Ponds on the Cheyenne River Tribal Lands." Place of performance: Eagle Butte, South Dakota. This procurement is for experimental ponds and sampling effort for abiotic media, 4 events, 44 samples per event for a total number of 176 samples. OBJECTIVE: The objective of this contract is to conduct the needed environmental sampling to support model development and MeHg hazard assessment in the Cheyenne River Sioux Reservation (South Dakota), as well as the needed laboratory analysis to quantify mercury concentrations in the samples. THE CONTRACTOR SHALL PERFORM THE FOLLOWING TASKS: Task 1: Environmental Sampling of Mercury: The contractor shall perform characterizations of trace/low concentrations of mercury inputs through environmental sampling of atmospheric deposition, surface water, sediments and shallow groundwater on the number of samples listed in Table 1. For both the collection and analysis of environmental samples, the contractor shall adhere to the sampling and analytical methods explained in the document Guidance for Implementation and Use of EPA Method 1631 for the Determination of Low Level Mercury (40 CFR part 136, EPA 821-R-01-023, March 2001). The document is available on the USEPA web site: http://www.epa.gov/waterscience/methods/1631.html. This includes requirements for clean techniques, quality control, preservation, and storage of samples (chain-of-custody). Task 2: Laboratory Analyses for Mercury: The contractor shall analyze environmental samples collected above and provide data as to concentrations of total mercury and methyl mercury in each media, appropriate for low levels of ambient mercury, following the Guidance for Implementation and Use of EPA Method 1631 for the Determination of Low Level Mercury (40 CFR part 136, EPA 821-R-01-023, March 2001). Methyl mercury in sediments (as well as drier sediments and soils) shall be prepared by acid bromide/methyl chloride extraction and analyzed by aqueous phase ethylation, isothermal GC separation, and cold vapor atomic fluorescence (CVAFS) detection using modified EPA draft method 1630. Total mercury in sediments is prepared by cold aqua regia digestion and analyzed by SnCl2 reduction, dual gold amalgamation, and CVAFS detection using modified EPA method 1631. Modified EPA method 1631 used for water analysis includes total mercury determined by BrCl oxidation, SnCL2 reduction, and dual gold amalgamation. All mercury analysis for water samples shall be performed using CVAFS (Bloom, Crecelius, and Fitzgerald, 1988). Monomethyl mercury (MMHg) is liberated from water through distillation using an all teflon distillation system (Horvat, Bloom, and Liang, 1993). Distilled samples are analyzed using aqueous phase ethylation purging onto Carbotrap, isothermal GC separation, and CVAFS (Bloom, 1989). To address accuracy and precision, all laboratory analyses shall follow quality assurance measures with the following minimum frequency: the collection of laboratory duplicates (one per ten samples), method blanks (three per analytical batch), filtration blank (one per ten samples), and laboratory-spike recovery (one per ten samples) or standard reference material (one per ten samples). All handling of samples in the laboratory are undertaken in a mercury-free clean air bench. Ultra-clean mercury trace metal protocol are used including the use of rigorously cleaned and tested teflon equipment and sample bottles and pre-screened and laboratory purified reagents. A class-100 clean air station is used and monitored routinely for low levels of total gaseous mercury. Laboratory atmosphere and water supply are also routinely monitored for low levels of mercury. Primary standards used in the laboratory are NIST certified or traceable to NIST certified materials. MeHg standards made from pure powder and calibrated for MeHg against NBS-3133 and cross verified by daily analysis of NRCC DORM-2 (see http://geopubs.wr.usgs.gov/open-file/of00-043/Hg/mercury.html #HginCores). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and most advantageous to the government, price and other factors considered. Offerors must satisfactorily meet all of the technical requirements to be considered "technically acceptable." All offerors are to include with their response a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offers/Commercial Items; 52.212-2, Evaluation-Commercial Items, The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.246-11, Higher Level Contract Quality Requirement, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items and the following additional FAR clauses which are cited in clauses 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, As Amended. Any applicable wage determination(s)(if required) will be made a part of the resultant purchase order. Technical questions are to be forwarded via email no later 13 November 2003 to the Contract Specialist at the following email address: kimble.joy@epa.gov. In addition to this Request for Quotation, offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's web site at http://www.epa.gov/oam/rtp_cmd. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. Arrow down below that section to COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience. Please submit two copies of the technical proposal and two copies of the price proposal to Joy Kimble, Contract Specialist, U.S. Environmental Protection Agency, RTP-POD, D143-01, Research Triangle Park, NC 27711. Courier Delivery Address is: U.S. Environmental Protection Agency, RTP-POD, D143-01, 4930 Old Page Road, Attn: Joy Kimble, E105-02, Research Triangle Park, NC 27709. All offers are due by 21 November 2003, 4:00 p.m. ET. No telephonic or faxed requests or offers will be honored.
- Record
- SN00466485-W 20031108/031106212712 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |