Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1998 PSA#2179

U. 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