COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2001 PSA #2954
SOLICITATIONS
B -- ESTUARINE ASSESSMENT
- Notice Date
- October 9, 2001
- Contracting Office
- U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-02-00016
- Response Due
- October 24, 2001
- Point of Contact
- JENNIFER HILL, Contract Specialist, 919-541-3083
- E-Mail Address
- Click here to contact the contract specialist via (hill.jennifer@epa.gov)
- Description
- 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-02-00016, 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 97-27. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $5 million to qualify as a small business, is applicable. The contract will be awarded as a result of full and open competition. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This procurement is to conduct chemical analyses of estuarine sediment and tissue residue samples from the date of award through October 31, 2004. This procurement requires the contractor to perform analyses on a minimum of 50 samples each. Additional samples analyses up to a maximum 1200 sediment and 500 tissue will be performed at the option of the government. CONTRACT LINE ITEM NO. (CLIN) 1: The contractor shall perform chemical analyses on up to 500 estuarine tissue residue samples (Minimum 50). The analytes of interest and method detection limit requirements are listed in Tables 1-3 below. 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. 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. 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 composite sample 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). The wet weights associated with each composite sample shall be determined. Reporting shall include all QA/QC information, weight associated with the composite and analyte concentrations. CLIN 2: The contractor shall perform chemical analyses on up to 1200 estuarine sediment residue samples (Minimum 50). The analytes of interest and method detection limit requirements are listed in Tables 1-3 below. 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. 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. Routine analysis, i.e.,on a per batch basis, of Certified Reference Materials (CRMs) is required. The contractor shall take received sediment samples (separate samples for metals and organics). Reporting shall include all QA/QC information, weight associated with the sample and analyte concentrations. The contractor shall provide EPA with a price for the minimum number of samples projected on a per sample basis for each of the contract line items below. An additional price should be provided on a per sample basis for batches of 50 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. Results 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 150 days after receipt of the samples. Any laboratory notes discussing problems encountered must be included as an appendix to this 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. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation -- Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) TECHNICAL CAPABILITIES CRITERIA: 1) Provide a copy of QA/QC protocols including plans for analyzing Certified Reference Materials; 2) Demonstrate previous experience with sediment and fish tissue samples; 3) Demonstrate previous analytical experience with NS&T, EMAP or similar programs; 4) Brief explanation of methods used with references and expected MDLs; 5) Experience with similar size/scope projects; 6) Ability to meet the deadlines for the project; 7) Plan to submit a final report (electronic format) as required; and 8) Description of Record Management Program; (ii) PAST PERFORMANCE: Provide 3 references (quality of product or service, timeliness of performance, ability to adhere to deadlines, and overall customer satisfaction); and (iii) PRICE. Award will be made to the offeror whose offer is the lowest priced offer meeting all of the technical requirements. Offerors must satisfactorily meet all of the technical requirements to be considered "technically acceptable". 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 clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions -- Commercial Items; 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 Clause 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) will be made a part of the resultant purchase order. The completed Representations and Certifications should be included with the price proposal. All technical questions are to be forwarded via email to the Contract Specialist at the following email address: hill.jennifer@epa.gov. Offerors should review the Statement of Work 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 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 price proposal to Jennifer B. Hill, 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: Jennifer B. Hill (MD-33), 79 T.W. Alexander Drive, Research Triangle Park, NC 27709. All offers are due by October 24, 2001, 4:30 p.m., ET. No telephonic or faxed requests will be honored.
- Web Link
- Click here to visit the site that has information about (http://www.epa.gov/oam/rtp_cmd)
- Record
- Loren Data Corp. 20011011/BSOL004.HTM (W-282 SN5102R6)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on October 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|