SOLICITATION NOTICE
B -- Field Maintenance, and Data Validation Services for the Indiana PM2.5 Ambient Air Monitoring Network
- Notice Date
- 5/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 924110
— Administration of Air and Water Resource and Solid Waste Management Programs
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, IL, 60604
- ZIP Code
- 60604
- Solicitation Number
- PR-IL-04-00704
- Response Due
- 6/11/2004
- Archive Date
- 6/26/2004
- Point of Contact
- Donald Anderson, Contract Specialist, Phone (312)886-7159, Fax (312)353-9096, - Donald Anderson, Contract Specialist, Phone (312)886-7159, Fax (312)353-9096,
- E-Mail Address
-
anderson.donald@epa.gov, anderson.donald@epa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 1. 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; proposals are being requested, and a written solicitation will not be issued. 2. Solicitation is Request For Quote (RFQ) Number PR-IL-04-00704 for: Field Maintenance, and Data Validation Services for the Indiana PM2.5 Ambient Air Monitoring Network. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-22. Referenced clauses are available via the Internet at: http://www.arnet.gov/far/ and, http://www.epa.gov/oam/ptod/epaar.pdf 4. This acquisition is 100% set-aside for small business. The Federal Supply Class (FSC) is 899-1. The North American Industry Classification System is 924110. 5. This RFQ consists of the following Line Items: 0001 - Twelve (12) Month Base Year. 0002 - Twelve (12) Month Option Year (Option Year I). 0003 - Twelve (12) Month Option Year (Option Year II). 0004 - Twelve (12) Month Option Year (Option Year III). Offeror must submit a Firm-Fixed-Price (FFP) for each year and a cumulative FFP total for all years. 6. Statement of Work. Project Objective: The Indiana Department of Environmental Management (IDEM) is required to maintain their ambient PM2.5 monitoring network according to United States Environmental Protection Agency (USEPA) regulations as detailed in 40 CFR Parts 50, 53, and 58. To accomplish this goal, contractor support is essential. The data derived from the ambient PM2.5 monitoring network include both aerosol mass measurements and chemically-resolved or speciated data. Mass measurements are used principally for PM2.5 National Ambient Air Quality Standards (NAAQS) comparison purposes in identifying areas that meet or do not meet PM2.5 NAAQS, and in supporting designation as attainment or non-attainment. The Indiana FRM network consists of forty (40) sites located throughout the State of Indiana. Indiana uses Rupprecht & Patashnick (R&P) Partisol Model 2025 sequential samplers to collect PM2.5 concentrations to determine compliance with the NAAQS. Thirty-eight (38) sites operate once every three (3) days and one (1) site which operates once every six (6) days. Fifteen (15) percent of these sites are co-located with another FRM sampler. The co-located sites operate once every six (6) days. Two (2) FRM sites may be added during the current contract period. The Indiana continuous PM2.5 mass monitoring network consists of nine (9) sites located at Washington Park (18-097-0078) In Indianapolis, 2022 N. Beacon St. in Fort Wayne (18-003-0004), the Childrens? Hospital in South Bend (18-141-1008), Terre Haute (18-167-0018) and Evansville (18-163-0012), Hammond (18-089-2004), Gary (18-089-0022), New Albany (18-043-1004), and Ogden Dunes (18-127-0024. Indiana uses the R&P Model 1400ab Tapered Element Oscillating Monitor (TEOM) with the Filter Dynamics Monitoring System (FDMS) at all five (5) sites. Indiana plans to expand the continuous monitoring network by five (5) sites during the contract period. The new monitoring locations will be in Anderson (18-095-0009), Bloomington, Lafayette (18-157-0008), Indianapolis (18-097-0081) and Southwest Purdue Ag Center (18-083-0004). The Indiana PM2.5 speciation network currently consists of seven (7) sites. The PM2.5 trends speciation site is located at Washington Park in Indianapolis (18-097-0078) and operates once every three (3) days, the sites which operate every six (6) days include Mechanicsburg (18-065-0003, Evansville site (18-163-0012), Fort Wayne (18-003-0004), Gary (18-089?0022), Hamond (18-089-2004), and South Bend (18-141-1008). Indiana uses MET ONE monitors in their PM2.5 speciation network. The sampling schedule for the PM2.5 speciation network coincides with the sampling schedule for the FRM network. In addition to this, Indiana is working with EPA and R&P in conducting beta testing on the new R&P continuous PM2.5 speciation analyzers. These units measure nitrate, sulfate, and carbon and are located at the Washington Park site. Scope of Work: The contractor must provide field services to supplement the efforts of IDEM personnel to provide field and maintenance duties for the PM2.5 sites located in Indiana consistent with IDEM?s Quality Assurance Project Plan, the USEPA?s Quality Assurance Guidance Document 2.12: Monitoring PM2.5 in Ambient Air Using Designated Reference or Class I Equivalent Methods, and the USEPA?s Speciation Trends Network Quality Assurance Project Plan. The responsibility of the Indiana PM 2.5 network will remain with IDEM. Specific duties will include, but will not be limited to routine sample run preparation, routine PM2.5 filter retrievals, routine data download from samplers, field and laboratory log entry, sampler maintenance, sampler repairs, routine performance checks, and routine sampler calibrations. When required, the contract personnel shall be required to do intricate monitor repairs at the IDEM laboratory facilities. The contractor must also assist IDEM staff in conducting beta testing on the R&P continuous PM2.5 speciation samplers. The contractor may be required to conduct data validation for both PM2.5 mass data from the FRM?s and PM2.5 speciated data from the PM2.5 speciation samplers. Contract personnel must be based at the IDEM office located at 2525 N. Shadeland Ave., Indianapolis, IN. Contract personnel work under the direction of USEPA technical staff and in close coordination of IDEM personnel. Contractor must provide a means of transportation for the assigned technician(s). All tools, calibration equipment, repair equipment, and filters will be provided by IDEM. The Contractor must submit to the USEPA, Region 5 a monthly Status Update Report. The format will be provided upon request. The Status Update Report must report progress of the project by the Contractor by identifying the Site Visited column with a date visited, Contractor?s name, and a statement from an IDEM?s manager confirming services rendered for the reporting period are satisfactory. The Contractor must notify the USEPA Project Officer of anticipated contract delivery schedule delinquencies, production difficulties, quality problems, or delays which may adversely effect the deliverables. The USEPA Project Officer and the EPA Technical Staff will receive and review the Contractor?s Status Update Report for acceptance of services before payment of Invoice. The Status Report must be submitted monthly. The Government will approve/disapprove Status Reports within fifteen (15) days after receipt. Deliverables: The Contractor must provide IDEM with field, maintenance, and data validation services for the Indiana PM2.5 ambient air monitoring network for 40-sites, routine sample run preparation, routine PM2.5 filter retrievals, routine data download from samplers, field and laboratory log entry, sampler maintenance, sampler repairs, routine performance checks, and routine sampler calibrations. 7. The work is estimated to begin on July 1, 2004, and continue thru June 31, 2005, for the Base Year, and then the follow-on Option Years, if exercised. Inspection in accordance with FAR 52.246-4. Status Reports are F.O.B. Destination, Chicago, IL in accordance with FAR 52.247-34. 8. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. 9. FAR 52.212-2 Evaluation-Commercial Items, paragraph (a) to this provision is completed as follows: As a basis for award, the Government will make award to the responsible Offeror whose offer conforms to the Description of Requirements, paragraph 6., and is most advantageous to the Government, cost or other factors considered. For this quotation, the price, is more important than technical factor(s)and past performance. Please submit, along with your quotation, the following: A brief dossier explaining your experience and past performance regarding your ability to - Sample run preparation, routine PM2.5 filter retrievals, routine data download frm samplers, field and laboratory log entry, sampler maintenance, sampler repairs, routine performance checks, and routine sampler calibrations. Name and qualifications of proposed employee(s). Evaluation Criteria: The criteria the government will use to evaluate the quote are as follows: Knowledge, skills and ability concerning sample run preparation, routine PM2.5 filter retrievals, routine data download frm samplers, field and laboratory log entry, sampler maintenance, sampler repairs, routine performance checks, and routine sampler calibrations. Qualifications of proposed employee(s). 10. FAR 52.212-3, Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. Quotes without this provision will not be considered for an award. 11. FAR 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Addenda to this clause includes: FAR 52.217-8-Option to Extend Services, 15 Days. FAR 52.217-9 Option to Extend the Term of the Contract, (a) 30 Days, 60 Days and (c) 4 Years, respectively. FAR 52.222-2 Payment for Overtime Premiums, (a) ?zero?. Environmental Protection Agency Acquisition Regulation EPAAR 1552.237-72 Key Personnel (a)Name of the Proposed Employee. 12.FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition applies to this acquisition. Additional FAR clauses that apply are: (b)(5)(i), (b)(9), (b)(13), (b)(16), (17), (18), (19), (30), (c)(1), (c)2,(c)(3). (The Service Contract Act Wages may be estimated, using the information at the internet site: http://www.servicecontract.fedworld.gov/searchsca.htm.) 13. Payments will be made monthly after Government acceptance of the Status Update Report. 14. Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. 15. Applicable Numbered Notes: 1. 16. Quotations will be accepted thru June 11, 2004, 4:00 P.M. CST, via e-mail, or fax. 17. For information regarding this solicitation, contact Don Anderson, Contract Specialist, telephone (312) 886-7159, fax (312) 353-9096, or e-mail at anderson.donald@epa.gov.
- Place of Performance
- Address: Various locations throughtout Indiana.
- Zip Code: 46206
- Country: Marion
- Zip Code: 46206
- Record
- SN00590600-W 20040523/040521212503 (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 |