Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
SOLICITATION NOTICE

R -- Analysis and Synthesis of Water Soluable Nanoparticles

Notice Date
4/27/2005
 
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-05-00232
 
Response Due
4/27/2005
 
Archive Date
5/27/2005
 
Description
NAICS Code: 541990 NAICS Code: 541990 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 "SOLICITATION FOR COMMERCIAL ITEMS", 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-05-00232 , 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 05-03. This effort is set aside for small businesses. The associated North American Industry Classification System (NAICS) Code is 541990 and the small business size standard is $6 million. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. STATEMENT OF WORK: SYNTHESIS AND ANALYSIS OF WATER SOLUBLE NANOPARTICLES BACKGROUND INFORMATION: Several nanoparticles are used in water and ground remediation. It is presently unknown whether they enter our drinking water nor the toxic consequences of such transport to biological systems. SCOPE OF WORK: Vendor shall synthesis and physically characterize (zeta potential, particle size distribution, solubility, dispersion stability), four ( Fe302, TiO2, zero valent iron; C60 fullerene ) different nanoparticle samples. This physicochemical description will be described in four different vehicles of different osmolarities. Grams (3-6 gr) of each nanoparticle shall be synthesized and supplied to project officer as a concentrated slurry. Concentration of provided slurry and evidence of sample dispersion in nanoparticle size will be provided by vendor within 15 days after receipt of the order. CONTRACTOR REQUIREMENTS The Contractor shall provide all materials, supplies, personnel, shipping and instrument time necessary to complete the effort required by the Statement of Work. The Contractor shall have expertise in the reaction and transport of metal nanoparticles in porous media, and knowledge of those processes that affect the fate of inorganic contaminants in the environment. The Contractor shall provide deliverables in the form of detailed Materials and Methods to Project Office in both electronic and hard copy form. GOVERNMENT RESPONSIBILITIES: The EPA will provide 1000 ml of cell culture media with fetal calf serum as one of the vehicles to be tested within 15 days after the effective date of the order. DELIVERABLE: A final report including raw and statistically analyzed data and an experimental summary describing the instrumentation used in physicochemical characterization shall be delivered to the EPA project officer on or before January 3, 2007. PERIOD OF PERFORMANCE: The period of performance shall be from the effective date of the purchase order through February 3, 2007.Proposal Instructions and Evaluation Criteria: (i) TECHNICAL CAPABILITIES CRITERIA: Prospective offerers shall submit a brief explanation of 1) expertise in the reaction and transport of metal nanoparticles in porous and aqueous media and; 2) knowledge of those processes that affect the fate of inorganic contaminants in the environment including at least three (3) peer reviewed references supporting technical expertise (ii) PAST PERFORMANCE: Each offeror shall submit a list of existing or prior contracts/subcontracts/orders performed within the past 3 years for services similar to that described in the Statement of Work for this requirement. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. For each contract/subcontract/order identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of the system which was installed and (iii) PRICE. The Government intends to award a single firm-fixed-price purchase order to the responsible offerer whose proposal is the best value to the Government. Offerers must satisfactorily meet all of the technical capabilities to be considered "technically acceptable". The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -Commercial Items. In accordance with FAR 52.204-7 "Central Contractor Registration", all prospective awardees shall be registered in the CCR database prior to award, during performance and through final payment. A purchase order will not be awarded unless the vendor is registered. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52,225-1, Buy American Act, 52.225-3, Buy American Act--North American Free Trade Agreement, 52.232-34, Payment by Electronic Fund Transfer, . Price and technical information should be submitted separately. Representations and Certifications shall be included with the price proposal. Offerors should review 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 and price proposal to U.S. Environmental Protection Agency, RTP Procurement Operations Division (E105-02), Attn: Robin S. Harris, Contract Specialist, Research Triangle Park, NC 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Robin S. Harris (E105-02), RTP Procurement Operations Division, 4930 Page Road, Durham, NC 27703. All offers are due by May 12, 2005, 2:00 p.m., ET. No telephonic or faxed requests will be honored.
 
Record
SN00796920-W 20050429/050427212334 (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.