Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

B -- SKELETAL EXAMS

Notice Date
9/9/2004
 
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-04-00450
 
Response Due
9/23/2004
 
Archive Date
10/23/2004
 
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: 541990 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-04-00450, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. The associated North American Industry Classification System (NAICS) Code 541990, which has a size standard of $6.0 million in average annual receipts over the preceding three fiscal years, is applicable to qualify as a small business. A firm, fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for skeletal examinations of rat fetuses. The contractor shall perform skeletal exams on 63 litters of rat fetuses (approximately 600 fetuses). The dams were fed three different concentrations of dietary folate and exposed to boric acid during gestation. The litters were taken at term, processed and double stained (Alizarin red S and Alcian blue) by EPA and will be provided to the contractor. Each litter will be in an individual museum jar stored in 70% ethanol/glycerol, ready to be examined for skeletal anatomy. Because of the known effects of boric acid on skeletal development, EPA is particularly interested in effects on the axial skeleton. Line Item 1 - Contractor will receive fetuses from EPA (all fetuses in each of 63 Sprague-Dawley rat litters) in 70% ethanol/glycerol. Each litter will be identified with a number, but the individual fetuses within the litters will not be uniquely identified. A full examination of these skeletons shall be performed with the examiner(s) blind to treatment group, and the resulting data statistically analyzed to test for diet and treatment effects (diet, treatment, and interactions). After examinations are complete, treatment group identities shall be provided. An EPA SOP for skeletal examination is posted on the EPA procurement website as an example of the level of examination required. Deliverables - Deliverables required will be the raw data (consisting of a listing of anomalies) for each individual fetus, as well as tabularized summary data (with statistical analyses) and a brief narrative of the contractor's interpretation of the data. Data for Skeletal Examinations shall be submitted both electronically and by hard copies. All work shall be completed within 2 months from date of award. 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: 1) Technical Capability - Proposals must demonstrate ability of the contractor to meet requirements set forth in the Statement of Work. Proposals must include sufficient material(such as narrative of technical ability, publications of work, brochures, etc.) to permit the government to determine that the contractor can meet the requirements set forth in the Statement of Work. Any specific variances from the Statement of Work shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. Failure of an offeror to demonstrate that proposed alternate methodology will meet the Statement of Work requirements shall render the offeror ineligible for further consideration for award. 2) Past Performance - Proposals shall be evaluated on performance under existing and prior (within past 3 years) contracts/subcontracts for work similar to that described in the Statement of Work. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. For each contract/subcontract identified, the offeror shall include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (included client name and telephone number), and a description of the work performed. 3) Price. Award will be made to the responsible offeror whose offer is determined the best overall value to the government, price and other factors considered. For the purpose of this best value evaluation of technically acceptable proposals, Technical Capability, Past Performance, and Price are of equal importance. All offerors are to include with their offer 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. The completed Representations and Certifications should be included with the price quotation. 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 QUOTATIONS 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 four copies of the technical proposal and two copies of the price proposal to Jennifer B. Hill, Contracting Officer, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711 if using US Post Office. 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 September 23, 2004, 12:00 p.m.,EDT. No telephonic or faxed requests will be honored.
 
Record
SN00669262-W 20040911/040909213106 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.