Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2005 FBO #1132
SOLICITATION NOTICE

B -- Non-Routine Analytical Services in Support of Dioxin Sample Analysis

Notice Date
12/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Site Evaluation & Enforcement Section, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-05-00077
 
Response Due
1/31/2005
 
Archive Date
2/28/2005
 
Description
NAICS Code: 541380 SOURCES SOUGHT NOTICE The U.S. Environmental Protection Agency's Office of Superfund Remediation and Technology Innovation (OSRTI) Analytical Services Branch (ASB) seeks to establish a Blanket Purchase Agreement (BPA). This is not a soliciation announcement. This is a Sources Sought Synopsis only. No BPA will be awarded from this annoncement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government contemplates awarding this requirement as a small-business set-aside. However, we would like to review capability statements from interested parties who are both small businesses and large businesses in the event we do not receive sufficient capability statements from small business concerns. Please idenfy whether or not you are a small business or large business in accordance with the NAICS Code. RFQ's are being requested and the associated NAICS code is 541380. The Statement of Work (SOW) and type of analyses that are required are posted on the following Website: http:www.epa.gov/oam/srpod/index.htm under Announcement Heading. The SOW requires the analysis of Chlorinated Dibenzo-Dioxins and Clorinated Furans (CDDs/CFs) and Chlorinated/PolyChlorinated Biphenyl Congeners (CBs) by Gas Chromatography/High Resolution Mass Spectrometry (GC/HRMS). The SOW is supplemented by Exhibits A through H: Exhibit A details general information; B details specific data delivery requirements and formats; C-CDD lists required reporting levels for the dioxins and furans; C-CB lists required reporting levels for the Chlorinated Biphenyl Congeners; D-CDD details the analytical ethodology required to perform the dioxin/furan analysis; D-CB details the analytical methodology required to perform the Chlorinated Biphenyl Congeners analysis; E and F detail specific Quality Assurance requirements; G is a glossary; and H details electronic delivery requirements. The contractor should have in place specific Standard Operation Procedures and a Quality Assurance Plan containing the requirements listed in SOW supplemental Exhibits E and F within 60 days following any contract award. A contractor's facility may be subject to audits performed by the Agency at any time after award of this contract to ensure the requirements of Exhibits E and F have been met, as well as subject to audits by the Agency to ensure adequate performance of the contract is being met. For evaluating a contractor's ability to perform the requirements of the contract, the contractor must submit for this solicitation: 1) a list of references for projects where you have provided similar services; 2) a copy of the contractor's current Standard Operating Procedures (SOP's) for analysis of Chlorinated Dioxins and Furans, and Chlorinated/Poly-Chlorinated Biphenyl Congeners by Gas Chromatography/High Resolution Mass Spectrometry; 3) QA/QC Plan, as detailed in Section IV of the SOW; and 4) a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. These documents will be reviewed and will be determined to be either acceptable or not acceptable in demonstrating the contractor's understanding and ability to perform the SOW. The contractor's SOP's and QA/QC Plan may be posted on the web, delivered on CD or e-mailed or delivered by hard copy form. Note that all SOP's and the QA/QC Plan required for submission and evaluation by the Agency may be those that the lab currently uses for work other than that exactly specified in this SOW; i.e., the contractor does not have to create an SOP that meets the exact requirements of Exhibits E and F, but the contractor is required to submit SOP's and the QA/QC Plan that demonstrates the contractor's ability to perform analysis similar to that detailed in the SOW and supplemental exhibits. The Contractor will have 60 days after award of a contract to edit the current Contractor SOP's to reflect the exact requirements of the SOW announced in this solicitation. Information is due by January 31, 2005 at 3:00p.m., Eastern Standard Time. Information may be submitted via e-mail to davis.alice@epa.gov or gallion.lynette@epa.gov. Information may be submitted via facsimile to 202-565-2557. The Contractor must confirm reciept of fax by calling Alice Davis, Contract Specialist, at 202-564-4461. Information may be submitted via courier service or express mail service to U.S. Environmental Protection Agency, Ronald Reagan Building, 1300 Pennsylvania Avenue NW, (Bid and Proposal Room No. 61107), ATTN: Alice Davis, Washington, DC 20004. Information may be submitted via U.S. Mail to U.S. Environmental Protection Agency,, 1200 Pennsylvania Avenue NW, (3805R), ATTN: Alice Davis, Washington, DC 20460.
 
Record
SN00728286-W 20050101/041230212010 (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.