Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
MODIFICATION

B -- Processing and Analyses of Macroinvertebrate Indicator Samples from Isolated Wetlands Research

Notice Date
11/18/2005
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, 4930 Page Road, Research Triangle Park, NC, 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10040
 
Response Due
11/30/2005
 
Archive Date
12/15/2005
 
Point of Contact
Laconda Cannady, Contract Specialist, Phone 919.541.2631, Fax 919.541.1075,
 
E-Mail Address
cannady.laconda@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT #1 TO PR-NC-06-10040 IS ISSUED NOVEMBER 17, 2005. THIS AMENDMENT IS ISSUED TO CORRECT THE PREVIOUS COMBINED SYNOPSIS/SOLICITATION WHICH INADVERTENTLY STATED AN INCORRECT WEBSITE ADDRESS. THE CORRECT WEBSITE ADDRESS TO OBTAIN SPECIFIC DETAILS OF THIS REQUIREMENT IS LOCATED AT: http://ww.epa.gov/oam/rtp_cmd/ The North American Industry Classification System (NAICS) Code is 541380--Testing Laboratories and the small business size standard is $10 million. The solicitation number is PR-NC-06-10040, and the solicitation is being issued as a Request for Quotation (RFQ). A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This solicitation is being procured under full and open competition. The U.S. Environmental Protection Agency (EPA), Cincinnati, OH is responsible for providing information and the biological tools and methods to assess and monitor ecological conditions in surface waters at the national, regional state, and watershed scale. EPA has a requirement for a Contractor to provide needed benthic macroinvertebrate sample processing and basic analyses for samples from selected wetlands of the Southeast. The Contractor shall provide support in: a) macroinvertebrate subsample sorting and enumeration specimen identification (genus/species level), and specimen mensuration; b) quality assurance/quality control (QA/QC), data entry and analyses; c) reference collection, and d) reporting. In addition, the Contractor shall provide the necessary personnel, facilities and equipment and otherwise do all things necessary for, or incidental to, counting and classifying benthic macroinvertebrates in samples provided by EPA and shall provide data files containing the counts and taxonomy of each sample processed. Specific details of this requirement will be outlined in the Statement of Work (SOW). The RFQ, Statement of Work, and related information is posted on EPA's website at the following address: http://www.epa.gov/oar/rtp_cmd. Please submit two copies of the technical proposal and price proposal. The period of performance is date of award thru 9 months with an option to exercise optional requirements. The Government will make an award to the responsible offer or whose offer conforms to the solicitation and is most advantageous to the Government, cost or other factors considered. All offerors are to include with their offers a completed copy of provision 52.212-3, Offer or Representations and Certifications--Commercial Items. The completed Representations and Certifications should be included with the proposal. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration and the following additional FAR clauses which are cited in Clause 52.212-5; 52.222-21, Prohibitions of Segregated Facilities; 52.222-26, Equal Opportunity; 52-222-35, Affirmative Actions 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; 52.222-37. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) technical capability; (ii) past performance; and (iii) price. Award will be made to the offeror whose technical proposal offers the "Best Value" to the Government price and other factors considered. Details of the technical evaluation criterion are listed in the RFQ. All technical questions are to be forwarded via email to the Contract Specialist at the following email address: cannady.laconda@epa.gov, no later than November 22, 2005. If after obtaining a copy of the RFQ via the Internet, it will be your responsibility to frequently check the same site where the RFQ is posted for any amendments. All responsible sources may submit a quotation on/or before November 30, 2005 by 11:00 a.m Eastern Standard Time. Courier Delivery Address is; US Environmental Protection Agency, Attention: Laconda Cannady, RTP Procurement Operations Division (D143-01), 4930 Old Page Road, Research Triangle Park, NC 27709. U.S. Postal Service Address is: U.S. Environmental Protection Agency, Attention: Laconda Cannady, RTP Procurement Operation Division (E105-02), Research Triangle Park, NC 27711. Telephone and fax request will not be honored. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-NOV-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EPA/OAM/CMD/PR-NC-06-10040/listing.html)
 
Record
SN00934940-F 20051120/051118214311 (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.