Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2002 FBO #0270
SOLICITATION NOTICE

A -- COMMUNITY COMPOSITION ANALYSES-ZOOLPANKTON

Notice Date
8/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Rtp Procurement Operations Division, 109 T W Alexander Drive, Rtp, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-02-00458
 
Response Due
9/12/2002
 
Point of Contact
Point of Contact, Jennifer Hill, Purchasing Agent, Phone (919) 541-3083
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(hill.jennifer@epa.gov)
 
Description
NAICS Code: 541710 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-02-00458, 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 01-08. The associated North American Industry Classification System (NAICS) Code 541710, which has a size standard of 500 employees 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 for the taxonomic analysis of a minimum of 50 samples and a maximum of 250 samples of zooplankton collected from estuarine or near-coastal areas in the Gulf of Mexico, primarily from Pensacola Bay System. Some samples may come for other estuaries from the Central Gulf Region (MS/LA line to Panama City FL). The samples submitted will be from samples collected between January 2001 and September 2004. The minimum number of samples (50) will be submitted by the end of September 2003. Additional samples will be at the option of the government. The performance period for this contract will be from date of award through September 30, 2005. The zooplankton samples will be collected by towing 0.5 m nets with 153 um mesh for 3 minutes and will be preserved in formalin. Ctenophores and jellyfish will be removed with a sieve before preservation. The contractor shall be responsible for species enumeration and taxonomic identification The vendor is required to submit a copy of their Quality Assurance/Quality Control protocols, including methods for sorting, counting, and taxonomic identification, to the EPA Project Officer. The successful vendor must have experience conducting taxonomic analysis of the zooplankton biota indigenous to the northern Gulf of Mexico. In addition to taxonomic analyses, a minimum of 15 selected samples (identified at submission, before taxonomic analysis begins) shall be submitted for biomass estimates (Dry Weight) of the three most abundant taxonomic groups (i.e. copepods, cladocerans, larvaceans), or by genus/species (Acartia tonsa, Oithona, Podon). A minimum of 100 organisms or 100 g dry weight biomass (whichever is less) shall be used for biomass estimates. The contractor shall also perform the sorting of 100 animals by genus/species (from specific samples identified after taxonomic enumeration and identification- selected species will be from the 3 most abundant species) for return to this laboratory for stable isotope or elemental analyses (contractor will provide containers for sorting). Results shall be reported in an electronic format no more than one year after submission of the samples. A copy of the cover letter which accompanies the results shall be sent to the EPA Contracting Officer. 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 be provided by the contractor. Any laboratory notes discussing problems encountered must be included as an appendix to this report. Original records, such as laboratory notebooks, shall be retained for at least two years following final submission, as they may be requested to be sent to EPA. The report for each sample shall include the following information: taxonomic name and 12 digit NODC code for each taxa identified in each sample, the total number of individuals of each taxa for each sample, and biomass of major groups or species if requested. The contractor shall provide EPA with a cost estimate on a per sample basis for each of the contract line items found below, based on the number of samples projected for each line item. Costs for the retention of samples at the contractors facility for two years following final report submission shall be included. Contract Line Item Number (CLIN) One: The contractor shall perform taxonomic analyses on a minimum of 50 (maximum 250) zooplankton samples. Each sample will be from 3 minute tows with a 0.5 m net with 153 um mesh. Samples shall be sorted, identified, enumerated by the contractor. A minimum of 200 organisms shall be counted from each sample. The taxonomic identity, abundance, and other information described in the Scope of Work are to be calculated for each sample and included in the report. CLIN Two (biomass by group): A minimum of 15 samples will be submitted for biomass measurement of either major groups (i.e. copepods, cladocerans, larvaceans). Biomass shall be measured as Dry Weight, based on difference in dry weight after drying at 60 to 70 C . Weight shall be reported to the nearest microgram. CLIN Three (biomass by species): As part of the minimum of 15 samples to be submitted for biomass measurement for item 2, some samples may be submitted for biomass measurement by genus/species (i.e. Acartia tonsa, Oithona, Podon). Biomass shall be measured as Dry Weight, based on difference in weight after drying at 60 to70 C . Weight shall be reported to the nearest microgram. CLIN Four (sorting by species): A minimum of 5 samples will be submitted for sorting of 100 organisms (from three most abundant organisms selected after taxonomic analysis) and returned to this laboratory. Organisms sorted by species shall be placed in containers identifying species and sample origin. Sorted samples shall be returned to this laboratory for subsequent elemental analysis. 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 methods for splitting, counting, and taxonomic identification; 2) Demonstrate previous experience with zooplankton taxonomy samples; 3) Brief explanation of methods used for taxonomy with references; 4) Ability to meet the deadlines for the project; 5) Plan to submit a final report (electronic format) as required; and 6) Plan to store raw data for 2 years following analysis; (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; 52.246-11, Higher Level Contract Quality Requirement, 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, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Jennifer B. Hill, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27703. All offers are due by September 12, 2002, 4:30 p.m., ET. No telephonic or faxed requests will be honored.
 
Record
SN00151422-W 20020829/020827213933 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.