Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

B -- WATER COLUMN SAMPLE ANALYSIS

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center/Nheerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-03-00283
 
Response Due
7/25/2003
 
Archive Date
8/25/2003
 
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: 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 RFQ-RT-03-00283, and the solicitation is being issued as a 100% Small Business Set-Aside Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $6.0 million to qualify as a small business, is applicable. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This procurement is for the analysis of total nitrogen and total phosphate in estuarine/marine water samples. A minimum of one thousand (1,000) samples will be guaranteed, with a maximum of up to 3,500 samples provided for analysis. The number of samples above the guaranteed minimum of 1,000 are optional. The Government may exercise its unilateral right to purchase up to an additional 2,500 samples for a maximum total of 3,500 samples. The period of performance for this sample analysis will be from the date of award through December 31, 2005. The contractor shall provide a price per sample to include all costs associated with performing the analysis. The contractor is required to submit a copy of the Quality Assurance/Quality Control protocols to the EPA prior to the analysis of the samples. These protocols shall be the same as, or exceed those described below. 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 (with advance notice). The contractor shall 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 "Nutrient Team Research- 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, EPA 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. EPA acknowledges there have been advances in state-of-the-art for some of the methods; therefore, in keeping with a 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 EPA to ensure that the program's quality standards are met. Required Methods and Quality Assurance Criteria for the Laboratory Determinations of Total Nitrogen and Total Phosphorus. Total nitrogen and total phosphorus shall be analyzed using automated colorimetric methods for the determination of total N and total P, after persulfate digestion. Analyses shall be conducted using an autoanalyzer (e.g., Technicon AutoAnalyzer, or similar); the use of an autoanalyzer is required to process samples in an expeditious manner. Instrument calibrations 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 shall be analyzed in batches consisting of 10-15 field samples per batch along with the following required QC check samples: Laboratory blank; Spike/recovery check sample; and Duplicate sample. Because the estuarine/marine nutrient samples will span a wide range of salinities, it may be necessary to group field samples into general categories of salinity (e.g., 0-5, 5-10, 10-15, etc) and analyze the various groups of samples against standards prepared with water of corresponding salinity (matrix match). Reporting units shall be in uM; samples shall be identified to the site by using the station 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. Data reports shall be received no later than 60 days from receipt of samples. The basic QA/QC requirements for the analyses of total N and total P include the following: Method Detection Limits (MDLs) - 0.5 uM for N; 0.05 uM for P; Calibration curve - correlation coefficient of 0.99 (r2); Percent Spike Recovery - ? 10% of true standard value ( i.e., 90 - 110% recovery); Duplicate Analysis - Relative percent difference (RPD) of 30%. 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 replication analysis; 2) Demonstrate previous experience with estuarine nutrient samples; 3) Demonstrate previous analytical experience with NS&T, EMAP or similar monitoring programs; 4) Brief explanation of methods used for each analysis with references; 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) Describe 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. Price will be evaluated inclusive of optional quantities. Award will be made to the offeror whose offer is determined the lowest priced, technically acceptable offer. 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52-232-34, Payment by Electronic Funds Transfer; 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 Contracting Officer 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. Scroll down to the REQUEST FOR QUOTATION section and click on the solicitation. Scroll 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, Contracting Officer, 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), 4930 Page Road, Durham, NC 27703. All offers are due by July 25, 2003, 12:00 p.m., EDT. No telephonic or faxed requests will be honored.
 
Record
SN00368869-W 20030712/030710214023 (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.