Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2003 FBO #0690
SOLICITATION NOTICE

B -- MARINE SEDIMENT & POREWATER ANALYSIS

Notice Date
10/16/2003
 
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-04-00015
 
Response Due
11/3/2003
 
Archive Date
12/3/2003
 
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-04-00015, and the solicitation is being issued as Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. 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. 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 analysis of samples for ferric (Fe III) iron, ferrous (Fe II) iron, and total manganese (Table 1) in marine porewater and "parent" sediments. There will be a minimum of 324 and a maximum of 405 porewater samples, and a minimum of 288 and a maximum of 360 sediment samples. The samples will be collected from May 2004 through November 2004, and shipped to the contractor at approximately six week intervals for analysis from contract award to January 31, 2005. The samples will be 1 ml of filtered marine sediment porewater (preserved in acid) and 3 to 6 grams (wet weight) of undigested cored marine sediment (sand, soil, and detritus) not preserved, but refrigerated. The contractor will be responsible for the homogenization, digestion, extraction/filtration and analyte analysis. The successful contractor shall have demonstrated experience in the analysis of marine sediments and porewater for the requested analytes and shall employ methods and detection limits equivalent to those utilized by the references provided herein. The contractor shall provide a written QA Management Plan equivalent to the EPA's requirement document (EPA QA/R-2: EPA Requirements for Quality Management Plans) and a written Quality Assurance Project Plan equivalent to the EPA's requirement document [EPA QA/R-5: EPA Requirements for Quality Assurance Project Plans (QAPP) for Environmental Data Operations (category 2)] for review and approval prior to the analysis of samples. These reference documents can be located at http://www.epa.gov/quality/qa_docs.html. The QAPP shall describe in detail all chemical methods, including expected recovery of all analytes, and all standard operating procedures used in these analyses. The basic minimum criteria include the following quality control samples for a minimum for every 20 samples analyzed: (i) one laboratory method blank, (ii) laboratory control reference materials (equivalent to a certified reference material), and (iii) calibration curve(s). The minimum expected mean recovery efficiencies for metals is 80 % . The mean percentage recovery and variance of all analytes of interest in a laboratory standard reference materials shall be documented in the QAPP and reported for each batch of samples. Method Detection Limits (MDL) and reporting units are found in Tables 2 and 3. The contractor shall re-analyze (at no additional cost to the Government) an entire batch of samples if recovery results of the spike matrix are deemed unacceptable for the methods utilized. The contractor shall permit QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time while conducting the analyses (given advance notification). Results shall be provided in an electronic form (disc or CD). The contractor shall also provide a hard-copy output of data files (e.g., 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 within 60 days after receipt of the samples. Any laboratory notes discussing problems encountered shall be included as an appendix to this report. Original records, such as laboratory notebooks and chromatograms, shall be retained for at least three years following final report submission, as they will be requested to be sent to the EPA. 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 "Analysis of Pore Waters and Sediments for Ferric (FeIII), Ferrous (FeII) and Manganese - 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. The contractor shall provide a price on a per sample basis for each of the contract line items. A Schedule of Items is provided at the EPA website. Contract Line Item Number (CLIN) One: The contractor shall perform metal analysis in Marine Porewaters (324 samples minimum and 405 samples maximum). The analytes to be measured are ferric (Fe III) iron, ferrous (Fe II) iron and manganese. Contract Line Item Number (CLIN) Two: The contractor shall perform metal analysis in "parent" Sediments (288 samples minimum and 360 maximum). The analytes to be measured are ferric (Fe III) iron, ferrous (Fe II) iron and manganese. Quantities above the minimums are optional. Optional quantities may be ordered at the discretion of the government. Applicable References and Tables are provided at the EPA website. 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.) Provide a copy of QA Management Plan in accordance with statement of work. 3.) Demonstrate previous experience with contaminated sediment for the various metal and organic analytes. 4.) Demonstrate previous analytical methods utilized by EMAP or similar programs. 5.) Provide a brief explanation of methods used for each CLIN, with references, and expected MDLs. 6.) Demonstrate experience with similar size/scope projects. 7.) Ability to meet the deadlines for the project. 8.) Plan to submit a final report (electronic format) as required. 9.) Describe Record Management Program. II. PAST PERFORMANCE - Submit a list of 3 customers for whom like or similar sample analysis have been performed. Include specific points of contact and phone numbers. Past performance will be evaluated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and 3) overall customer satisfaction. III. Price - Price will be evaluated inclusive of options. Offers must satisfactorily meet all of the technical requirements to be considered "technically acceptable." Award will be made to the offeror whose response is determined the lowest priced, technically acceptable. NOTE: The Technical Proposal shall be formatted to address each of the technical capabilities criteria in the same order as above. 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: 52.222-3, Convict Labor; 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; 52.232-33, 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. 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, 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 November 3, 2003, 12:00 p.m., EDT. No telephonic or faxed requests will be honored.
 
Record
SN00453385-W 20031018/031016213305 (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.