Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
SOLICITATION NOTICE

B -- Nutrients Analysis

Notice Date
7/5/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-05-10515
 
Response Due
7/20/2005
 
Archive Date
8/20/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is PR-NC-05-10515, 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 05-04. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $10.0 million to qualify as a small business, is applicable. A firm, fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for the analysis of up to 3000 samples of estuarine seawater for nutrients (dissolved and totals) in accordance with protocols established by the National Coastal Assessment Program (USEPA, 2001) (NCA). NCA will provide the contractor with a split sample consisting of a filtered and unfiltered portion of a seawater sample from each site. Dissolved nutrient analyses will be performed on the filtered sample and total N & P on the unfiltered portion. Samples will be clearly labeled for each part of the analysis. A minimum of one hundred (100) samples will be guaranteed. Samples up to the maximum of 3000 are optional and will be provided at the discretion of the government. The period of performance will be three years from the date of award. Proposals shall include a demonstration of capability to perform the analyses; references, previous experience with seawater samples, method detection limits, and proposed methodology. The contractor shall submit a copy of their Quality Assurance/Quality Control protocols with the proposal package. These protocols shall be the same as, or exceed those described for the National Coastal Assessment Program. 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 successful contractor shall be required to analyze standard reference materials, provided by EPA, prior to the initiation of full sample analysis for NCA. The contractor shall be 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 ?National Coastal Assessment: Nutrients - 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, the National Coastal Assessment (NCA) 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. NCA acknowledges there have been advances in state-of-the-art for some of the methods; therefore, in keeping with EMAP?s 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 reviewed by NCA to ensure that the program?s quality standards are met. Required Methods and Quality Assurance Criteria for the Laboratory Determinations of Dissolved and Total Nutrients: Automated colorimetric methods for the determination of dissolved N (nitrite+nitrate), nitrite, ammonia, ortho-phosphate, from a filtered portion of the seawater sample, and total N and P using an unfiltered portion shall be conducted by using an autoanalyzer (e.g., Technicon AutoAnalyzer, or similar); the use of an autoanalyzer is required to process samples in an expeditious manner. Nitrate concentration shall be determined indirectly by subtracting nitrite from nitrate+nitrite. Instrument calibration 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 15-20 field samples per batch along with the following required QC check samples: Laboratory blank, Spike/recovery check sample, Duplicate sample, Standard (mid-level). Because the NCA 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 a the various groups of samples against standards prepared with water of corresponding salinity. Reporting units shall be in umoles & mg/L (N or P); samples shall be identified to the site by using the NCA site ID code; all samples must link to a designated batch; final data reports shall be submitted both electronically (ASCII delimited) and in hardcopy format. Data reports shall be received within 90 days from receipt of samples. Quality Assurance/Quality Control (QA/QC) Requirements: The basic QA/QC requirements for the analyses of dissolved nutrients, as described in the National Coastal Assessment Quality Assurance Project Plan (QAPP), include the following: Method Detection Limits (MDLs) - 0.005 mg/L for N species; 0.002 mg/L for o-P; Calibration curve - correlation efficiency of =0.99; Percent Spike Recovery - ? 10% of true standard value ( i.e., 90 - 110% recovery); Duplicate Analysis - Relative percent difference (RPD) of 30%; Laboratory Blank - < 3x MDL. REFERENCES: Plumb, R.H. 1981. Procedure for handling and chemical analysis of sediment and water samples. Prepared for the U.S. Environmental Protection Agency/Corps of Engineers Technical Committee on Criteria for Dredge and Fill Material. Published by Environmental Laboratory, U.S. Army Waterways Experiment Station, Vicksburg, MS. Technical Report EPA/CE-81-1. U.S. EPA. 2001. Environmental Monitoring and Assessment Program (EMAP). National Coastal Assessment Quality Assurance Project Plan 2001-2004. United States Environmental Protection Agency, Office of Research and Development, National Health and Environmental Effects Research Laboratory, Gulf Ecology Division, Gulf Breeze, FL. EPA/620/R-01/002. 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: A. TECHNICAL CRITERIA: 1.) Adequacy of QA/QC protocols, including plans for replication of analyses; 2.) Demonstrate previous experience with estuarine nutrient samples; 3.) Demonstrate previous analytical experience with NS&T, EMAP or similar programs; 4.) Provide a brief explanation of methods used, with references; 5.) Demonstrate experience with similar size/scope projects; 6.) Demonstrate ability to meet the deadlines for the project; 7.) Plan to submit a final report (electronic format) as required; 8.) Describe Record Management Program. B. 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 overall customer satisfaction. C. PRICE: Price will be evaluated inclusive of options. Offerors 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 offer. 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; 52.217-8 Option to Extend Services; 52.217-9, Option to Extend the Period of Performance; 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-9, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires. Any applicable wage determination(s) will be made a part of the resultant contract. 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 for viewing applicable documents. Below that section COMMERCIAL BUY CLAUSES AND FORMS 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 27711if using the US Postal Service. 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 20, 2005, 12:00 p.m., ET. No telephonic or faxed requests will be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00841533-W 20050707/050705212121 (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.