|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1998 PSA#2179U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 A -- GULF ECOLOGY DIVISION ANALYTICAL SERVICES -- GULF BREEZE
ESTUARINE ASSESSMENT SOL QQ9E16 DUE 100198 POC Sya Mayes (919) 541 3416
WEB: click here for references/tables, http://www.epa.gov/oam/rtp_cmd.
E-MAIL: click here to contact the contract specialist via,
mayes.sya@epa.gov. 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 QQ9E16 and the solicitation is being issued as
a Request for Quote (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-05. The Environmental Protection Agency (EPA) anticipates
that the contract will be awarded as a result of full and open
competition. A firm-fixed-price contract is anticipated to result from
the award of this solicitation. The associated Standard Industrial
Code (SIC) is 8734. This procurement is for the analysis of up to 600
tissue residue samples. The successful contractor must have experience
in the analysis of the analytes listed in Tables 1-3, and shall employ
methods equivalent to those utilized by the National Status and Trends
(NS&T) Program under NOAA (National Oceanic and Atmospheric
Administration) or EPA's EMAP (Environmental Monitoring and Assessment
Program). The contractor must demonstrate the ability to meet the
required method detection limits (see tables) and shall also provide
applicable reference material results. Results of analyses shall be
reported in an electronic format (Word Perfect). The contractor shall
also provide a hard-copy output of data files (i.e. spreadsheets) for
the purpose of quality assurance. A written report detailing the
methods used, and the results of QA measures shall also be provided by
the contractor. The report is to be submitted to the EPA Project
Officer no more than 150 days after receipt of the samples. Any
laboratory notes discussing problems encountered must be included as an
appendix to the report. Original records, such as laboratory notebooks
and chromatogram, shall be retained for at least three years following
the final report submission, as they may be requested to be sent to
EPA. A Quality Assurance/Quality Control (QA/QC) program shall be in
place at the contractor's laboratory, and shall address, at a minimum,
the following topics: accuracy and precision, calibration, detection
limits; physical processing of samples; analytical methods utilized;
QA/QFC samples, including all acceptability criteria; data reporting.
The contractor must permit QA audit of laboratory and/or data entry
procedures by an authorized agent of EPA at any time during the conduct
of analyses (given advance notification). The vendor is required to
submit a copy of their Quality Assurance/Quality Control protocols with
proposal. The contractor shall provide EPA with a cost estimate for the
minimum number of samples projected in total and on a per sample basis.
An additional cost estimate should be provided on a per sample basis
for batches of 100 samples up to the projected maximum number of
samples. These additional samples will be batched and funded separately
from the base number. Exercising this option will be at the discretion
of EPA. ITEM ONE: The contractor shall perform chemical analyses on up
to 600 estuarine tissue residue samples (Minimum = 100). The analytes
of interest and method detection limit requirements are listed in
Tables 1-6 (see tables). Note that MDL calculations follow EPA's
"Definition and Procedure for the Determination of the Method Detection
Limit -- revision 1.11" 40 CFR Part 136, Appendix B. Analytical methods
utilized by the NS&T or EMAP Programs (see references) or equivalent
shall be utilized in order to meet specified method detection limit and
performance criteria. Note that the elemental analyses require a "total
digestion" using hydrofluoric acid. Routine analysis, i.e.,on a per
batch basis, of Certified Reference Materials (CRMs) is required. The
contractor shall take received tissue samples (frozen whole fish and/or
invertebrates) and create two composite samples from each sampling
location/species combination. The sample from a site shall consist of
multiple fish or shellfish from the site (up to 10 individuals). These
individuals shall be filleted (skin off), if fish, or the meat
extracted, if shellfish, and the meat associated with the
species-sample site combination composited. Samples from these
composites shall comprise the analytical samples for health conditions.
In each case, the remaining carcasses by species from the compositing
shall be combined to create a second composite. Samples from these
composites shall comprise the analytical samples for ecological
condition. The wet weights associated with each composite sample shall
be determined. Reporting shall include all QA/QC information, weights
associated with the two composites (all fillet material for a site by
species; all non-fillet material including skin or shell for a site by
species) and analyte concentrations. For each species-site combination,
there will be two composite analytical samples (fillet and remainder).
Proposals will be evaluated using the following technical capabilities
criteria: 1.) QA/QC protocols, including plans for analyzing CRMs; 2.)
Demonstrated analytical experience in similar analyses (i.e. NS&T,
EMAP, similar programs); 3.) Demonstrated previous experience with
sediment and fish tissue samples; 4.) Proposed methodology to include
demonstrated ability to meet MDLs; 5.) Experience with similar
size/scope projects; 6.) Past performance -- provide 3 references; 7.)
Report preparation and records management; and 8.) Adhering to
deadlines. Award will be made to the lowest priced offer meeting all of
the technical requirements. The following FAR provisions apply to this
solicitation: 52.212-1, Evaluation-Instructions to
Offerors-Commercial; 52.212-2, Evaluation-Commercial Item. Evaluation
criteria to be included in paragraph (a) of provision 52.212-2 are as
follows: (i) technical capability to meet the Government requirements;
(ii) past performance; (iii) price, in decreasing order of importance.
Technical and pastperformance, when combined, are significantly more
important than price. All offerors are to include with their offers a
completed copy of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items. The following FAR clause applies to
this 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: 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I; 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14,
Limitation on Subcontracting; 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; 52.225-3, Buy American Act -- Supplies; 52.222-41, Service
Contract Act of 1965, As Amended. Cost and technical information should
be submitted in separate proposals. Please submit two copies of
technical propopals and one copy of cost proposal to Sya M Mayes,
Contract Specialist, U.S. Environmental Protection Agency, MD-33,
Research Triangle Park, NC 27711. Courier Delivery Address is: U.S.
Environmental Protection Agency, Receptionist-Administration Bldg.
Lobby, Attn: Sya M. Mayes, 79 Alexander Drive, Research Triangle Park,
NC 27709. All offers are due by October 1, 1998, 4:00 p.m. ET.
Offers/bids received after the exact time specified will not be
considered. No telephonic or faxed requests will be honored.
References/Tables can be found at http://www.epa.gov/oam/rtp_cmd.
Posted 09/10/98 (W-SN248137). (0253) Loren Data Corp. http://www.ld.com (SYN# 0008 19980914\A-0008.SOL)
A - Research and Development Index Page
|
|