Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

Q -- Determination of Sediment Organic Carbon & Nitrogen Concentrations & Isotopic

Notice Date
9/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-11-00159
 
Response Due
10/24/2011
 
Archive Date
11/23/2011
 
Point of Contact
Jeffery Clodfelter
 
E-Mail Address
Clodfelter.Jeffery@epa.gov
(Clodfelter.Jeffery@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 "SOLICITATION FOR COMMERCIAL ITEMS", AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.This solicitation number is RFQ-RT-11-00159 and is being issued as a full and open competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. This effort will support the US EPA National Health and Environmental Effects Research Laboratory (NHEERL). The associated North American Industry Classification System (NAICS) Code: 541380- Testing Laboratories, which has a Small Business Size Standard of $12 million. The United State Environmental Protection Agency (EPA) intends to award a contract for the Gulf Ecology Division within NHEERL. General Description: The Gulf Ecology Division (USEPA/NHEERL/GED) is conducting a study in collaboration to determine the rates, composition, and sources of organic carbon buried in three bayous situated in watersheds with different land use histories. A goal of this project is to determine whether land development and land use can affect the rates and quantities of organic carbon buried in coastal bayous. As su ch we require laboratory analyses of total organic carbon (TOC) concentration, total nitrogen (TN) concentration, stable nitrogen (15N) and carbon (13C) isotopic composition (Task 1), and the stable carbon isotopic signature of fatty acid methylated ester (FAME) samples (Task 2) as indicated below. The contractor shall provide the necessary personnel, facilities and equipment, and otherwise do all things necessary for, or incidental to complete the following tasks. Task 1: Quantification of sediment TOC and TN concentrations and stable nitrogen (15N) and carbon (13C) isotopic composition. Task 2: Quantification of FAME compound specific stable isotope (carbon 13C) signature. Task to Be Accomplished: 1. For Task 1, contractor shall provide the US EPA with a cost estimate (per sample) for determination of the following analysis: A minimum of 200 and a maximum of 400 sediment samples for determination of TOC and TN concentrations and stab le isotopic (15N and 13C) composition. 2. For Task 2, contractor shall provide the US EPA with a cost estimate (per sample) for determination of the following analysis: A minimum of 200 and a maximum of 400 FAME samples for compound specific stable isotope analyses (CSIA). (see attached pricing sheet) 3. Contractor shall receive: SampleContainerVolume of sampleStorage until processingSedimentGlass vial≤20mLFrozen (≤ -20?C)FAMEGlass vial10L ? 2mLFrozen under N2 (≤ -20?C)General Requirements: 1. Methods ? Proposed laboratory methods and QA/QC for the analyses of sediment and FAME samples for each parameter of interest are described below. Offerors may respond with methods that differ from those proposed; however, any alternative methods must be based on practices currently accepted by sediment science and the methods must meet or exceed the QA/QC requirements stated by this scope of work. Offerors shall include their Standard Operation Procedures (SOP?s) for each analytical process as part of their response. Sample analyses shall include the following QA/QC elements: Method detection limit. For TOC and TN analyses: >3-point standard curve, using acetanilide as the standard, with an r2 of ≥ 0.99. Curve points should extend below and above the lowest and highest sample values, respectively. Inclusion of the following for every 20 samples analyzed: One laboratory blank run as an unknown. One standard run as an unknown. One duplicate samp le. If standard deviation between replicate samples is greater than 5, additional replicates shall be added and noted in QA report. For 15N and 13C analyses, analytical precision (2σ) for standards should be less than ? 15 ? for δ13C and δ15N and error between duplicate samples should not exceed ? 0.20 ?. For CSIA of FAME samples: Instrumental precision should be 0.3? or better. Run a mixture of standard compounds. Run a sample of methanol used to derivatize the FAMEs. The mean variance of all analytes of interest in standard reference materials shall be documented in the QAPP and reported for each batch of samples. The contractor shall re analyze (at no cost to the Government) samples if results of the blanks or standards are deemed unacceptable for the methods utilized. The contractor shall permit QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time while conducting the analyses (given advance notific ation). Sediment TOC + TN Concentrations and Stable Isotopic Signature (13C + 15N): USEPA/NHEERL/GED shall provide contractor with sediment samples collected January ? March 2011. Frozen samples shall be express mailed to the contractor for analysis according to Cloern et al. (2002). Briefly, plant fragments and other detritus shall be removed by sieving (2mm). Sediments shall be dried to a constant weight at ≤60?C and then ground into a powder until homogenous. A dry, powdered subsample shall be weighed into a silver capsule. Inorganic carbon shall be removed from the samples with a 10% HCl solution until CO2 release is no longer visible (Hedges and Stern 1984); sample shall be dried again to constant weight and held in a desiccator until analysis for C and N concentration and isotopic signature. Sample weight shall depend on total organic carbon (TOC) and total nitrogen (TN) content. CSIA of FAME extracts: USEPA/NHEERL/GED shall express mail purified and derivitized FAME samples to the vendor. The FAME extracts shall be from sediment samples extracted according to a modified Bligh and Dyer (1959) method (Canuel and Martens 1993; Canuel et al. 1997). The CSIA of the FAME extract shall be determined in a method consistent with Canuel et al. (1997) and Abrajano et al. (1994). 2. Data Reporting Requirements ? A written report detailing the methods used and all final data reports shall be submitted in both hardcopy and electronic formats; electronic data shall be in ASCII comma-delimited or Excel format. Analytical results for each sample shall be linked to the Sample ID code designated by the US EPA; in addition, all requested QA/QC data shall be included in each final report-for both hardcopy and electronic formats. Any laboratory notes discussing problems encountered shall be included as an appendix to this report. Original records, such as laboratory notebooks and chromatograms, shall be retained for three years follow ing final report submission; copies may be requested to be sent to the EPA up to the three year period. Results for TOC and TN analyses shall be reported in mg TOC gram-1 dry sediment. Results for isotopic analyses shall be expressed using (1) the ratio of heavy to light isotopes (i.e., 13C:12C and 15N:14N) and (2) the  notation in parts per thousand (?). The  of 13C and 15N represents deviations of each sample from the standard and shall be calculated as: X = [Rsample / Rstandard -1] x 103 where X is 13C or 15N and R is 13C/12C or 15N/14N. Peedee Belemnite (PDB) shall be used as the standard for C samples while atmospheric N2 shall be used as the standard for N samples. 3. Audits and Performance Reviews - With advance notice, the US EPA reserves the right to request that any data files or records relevant to the performance of this scope of work be made available for review. A routine audit of data quality may be scheduled after conclusion of the w ork; if so, the contractor shall be provided with a list of elements to be reviewed as well as a reasonable time frame to prepare for the audit. Schedule and Delivery of Performance: A report of analytical results shall be delivered within 60 calendar days following receipt of samples by the contractor. The Government intends to award a firm fixed purchase order for a nine month (9) month period of performance. The following FAR provisions apply to this solicitation: 52.212 1, Instructions to Offerors Commercial Items, FAR 52.212-2, Evaluation ? Commercial items are as follows: 1. Technical Approach- The offeror shall provide details regarding the specific analytical methods that would be used for Tasks 1 and 2 in the Statement of Work. The analytical method details should include the extraction method for bulk C and N (extracted samples will be provided for the Task 2 CSIA), the detection method for bulk C and N isotopes and CSIA (including type of instrumentation to be u sed), the volume requirements for each analyte, detection limits, precision, and accuracy of the methods to be used. 2. Qualifications of the Team Lead and Study Personnel- The offeror shall provide specific, relevant experience, and availability for the team lead and other personnel assisting in analyses for Tasks 1 and 2. Offerors will be evaluated on the adequacy of the person who will lead the team, his/her experience, and his/her educational background and personnel with experience in analyzing the C, N, and compound-specific isotopes. 3. Demonstrated Past Performance- Submit a list of 3 customers for whom like or similar sample analysis have been performed within the past 2 years. Include specific points of contact, phone numbers and email addresses. Past performance will be evaluated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. 4. Price-The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal offers the 'Best Value' to the Government price and other factors considered. For this requirement, 'best value' will be determined based on technical approach, qualifications of personnel, past performance and price. For this requirement, technical approach, qualifications of personnel, past performance are significantly more important than price. All offerors are to complete the On-line Representations and Certifications at https://orca.bpn.gov/. In accordance with FAR 52.204-7(b)(1)Central Contractor Registration, all prospective awardees shall be registered in the CCR database prior to award, during performance, and through final payment of any contract or purchasing agreement resulting from this solicitation. All offerors are to include with their offers a complete copy of provision 52.212-3, Offeror Representations and Certifications ?Commercial Items. The following FAR clauses apply to t his acquisition: 52.212 4, Contract Terms and Conditions Commercial Items. The following additional FAR clauses which are cited in clauses 52.212 5 are applicable to the acquisition; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222 26, Equal Opportunity; 52.222 35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222 36, Affirmative Action for Handicapped Workers; 52.222 37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232 33, Payment by Electronic Fund Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal hires. Any applicable wage determination(s) will be made a part of the resultant contract. All technical questions are to be fo rwarded to the Contracting Specialist at the following email address: Clodfelter.jeffery@epa.gov. Offerors should review the Statement of Work, Evaluation Criteria and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Arrow down to the CURRENT SOLICITATIONS section and click on the solicitation. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE EPA WEBSITE. Please submit two copies each of the technical and price proposal (including pricing sheet) to U.S. Environmental Protection Agency, RTP Procurement Operations Division, Attn: Jeffery Clodfelter (E105-02), 4930 Old Page Road, Durham, NC 27703. All offers are due by Oct 24, 12:00 p.m. (noon), ET. No telephonic or faxed requests will be honored. E-mail proposals are acceptable and should be e-mailed to: clodfelter.jeffery@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-11-00159/listing.html)
 
Record
SN02596817-W 20110930/110929000756-db09047d98e935ff28a52775a169c482 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.