Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOLICITATION NOTICE

A -- This procurement is for the analysis of samples for water column dissolved nutrients , water column total suspended sediments samples, sediment grain size, and sediment total organic carbon

Notice Date
11/22/2002
 
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-03-00033
 
Archive Date
1/9/2003
 
Point of Contact
Point of Contact, Matt Ake, Purchasing Agent, Phone (919) 541-4826
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(ake.matt@epa.gov)
 
Description
NAICS Code: 541380 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 PR-RT-03-00097, 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. This solicitation is 100 percent set aside for small business. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. The contractor shall provide EPA with a price on a per sample (replicate) basis based on the number of samples projected. This procurement is for the analysis of up to 7800 samples for water column dissolved nutrients (2000 samples), water column total suspended sediments (7800 samples), sediment grain size (2600 samples), and sediment total organic carbon (2600 samples) in accordance with protocols established by the National Coastal Assessment Program (Heitmuller, 2000). The period of performance will be from 6/01/03 through 5/31/06. The contractor shall supply EPA with a cost estimate on a per sample basis for each of the four categories of analysis for analysis of the stated number of samples. A minimum of one hundred (100) samples in each category will be guaranteed. The contractor is required to submit a copy of Quality Assurance/Quality Control protocols to the EPA contract officer prior to the analysis of the samples. These protocols shall be the same as, or exceed those described for the National Coastal Assessment Program. The contractor shall agree to allow a QA audit of laboratory and or data entry procedures by an authorized agent of the EPA at any time during the period of performance. The contractor is required to transfer copies of all technical, fiscal, and programmatic files regarding this contract to the Project Officer. These files shall be boxed in accordance with Federal Record Keeping Standards in boxes required by the Records Center and labeled as "National Coastal Assessment for Nutrients, Suspended Sediments, Sediment Grain Size and Sediment TOC - Contractor Name / Contract Number" and contain an internal and external packing slip that identifies the specific contents of each box. The external packing slip shall be affixed to the exterior of the box. To ensure comparable data of acceptable quality, the National Coastal Assessment (NCA) requires that all participating laboratories meet or exceed the following conditions and performance standards for the analyses of interest, whether conducted in-house or by a contract laboratory. The methods described here are based on established analytical procedures that are generally accepted and utilized in environmental studies. NCA acknowledges there have been advances in state-of-the-art for some of the methods; therefore, in keeping with EMAP's performance-based approach to QA/QC, laboratories are encouraged to use their best available technology. However, prior to approval, proposed modifications or alternative methods shall first be review by NCA to ensure that the program's quality standards are met. Automated colorimetric methods for the determination of dissolved total N (nitrite+nitrate), nitrite, ammonia, and ortho-phosphate (silicates optional) shall be conducted by using an autoanalyzer (e.g., Technicon AutoAnalyzer, or similar); the use of an autoanalyzer is required to process samples in an expeditious manner. Nitrate concentration shall be determined indirectly by subtracting nitrite from total N. Instrument calibration shall be based on a 5-point standard curve for each nutrient analyte; calibration standards should bracket the concentration ranges of the field samples. Samples should be analyzed in batches consisting of 10-15 field samples per batch. Reporting units shall be in mg/L; samples shall be identified to the site by using the NCA site ID code; all samples shall link to a designated batch; final data reports shall be submitted both electronically (asci delimited) and in hardcopy format. See Statement of work for quality assurance and quality control standards. The NCA requires that sediment grain size be characterized only as percent silt-clay content. Laboratory processing consist primarily providing a tared filter to the field crews for processing the sample, once the processed filter is returned to the laboratory - drying the filter, then re-weighing to determine the weigh of residual material (suspended solids). These methods have practical application for the range of 2 to 20,000 mg/L. Deviations from the above methods shall be approved by NCA. See Statement of work for quality assurance and quality control standards. Total organic carbon shall be determined by combusting pre-acidified samples at high temperature and measuring the volume of carbon dioxide gas produced (Salonen 1979b). Analytical procedures are generalized. Although the basic method used by various laboratories may be the same, instrumentation differences prohibit giving specific, step-by-step procedures. See Statement of work for quality assurance and quality control standards. Final data reports shall be submitted in both hardcopy and electronic format; electronic data shall be in ASCII comma-delimited or formatted text. Analytical results should be expressed as percent TOC; the laboratory shall report using the Coastal 2000 sample ID code; samples should be reported in designated batches along with the corresponding QA/QC data for each batch. 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 (with your quotation) in paragraph (a) of provision 52.212-2 are as follows: 1.) Provide a copy of QA/QC protocols, including plans for replication of analyses 2.) Demonstrate previous experience with estuarine nutrient and sediment samples 3.) Demonstrate previous analytical experience with NS&T, EMAP or similar programs 4.) Provide a brief explanation of methods used for each CLIN, with references 5.) demonstrate experience with similar size/scope projects 6.) Demonstrated capability to be able to meet the deadlines for the project 7.) Proposed plan to submit a final report (electronic format) as required 8.) 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: ake.matt@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. For delivery via the US Postal Service: US Environmental Protection Agency Attention MATT AKE RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711. For delivery via courier and hand carried: US Environmental Protection Agency Attention MATT AKE RTP Procurement Operations Division (D143-01) 4930 Old Page Road Durham NC, 27703. All offers are due by December 9, 2002, 12:00 p.m., ET. No telephonic or faxed requests will be honored.
 
Record
SN00210123-W 20021124/021122213537 (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.