Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

H -- Benthic Analyses

Notice Date
4/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), Environmental Protection Agency, Contracts Branch, 1650 Arch Street, Philadelphia, PA 19103
 
ZIP Code
19103
 
Solicitation Number
RFQ-PA-09-00013
 
Response Due
5/6/2009
 
Archive Date
6/6/2009
 
Point of Contact
Point of Contact, Sidney Ozer, Purchasing Agent, Phone (215) 814-5305<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541380 This is a combined synopsis/solicitation for commercial items 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 requestedand a written solicitation will not be issued. This is a Request for Quotation. EPA Region III has a requirement for benthic analyses on samples provided by EPA. EPA will collect each sample using a Young modified Van Veen Benthic grab 440 cm2. Samples will have been field washed by EPA in a 0.583 sieve bucket and preserved in accordance with lab specifications. Each of the samples received by the awardee will have been collected by EPA from approximately 3-20 nautical miles east of the Chesapeake Bay mouth w/ salinities of approximately 20 to 30 ppt. A chain of custody will be included with the samples. Analytical procedures will be specified in the QAPP. Awardee shall entirely analyze each sample (incl identification and enumeration of all benthic infauna to species level). Results of the species analyses shall be subjected to all of the following: # of taxa, # of individuals, Shannon Weiner species diversity, cluster analysis, species richness, evenness, percent similarity, and Simpson's dominance index. The awardee shall provide the EPA COR in Phila PA with a copy of the awardee's QA/QC Plan within 14 days after award. Base PeriodEPA will provide up to 60 samples to the awardee between May2009 and Apr2010, with a guaranteed minimum of 40 samples, and an estimate of 50 samples. Lab shall accept samples M-Sa. The awardee shall provide the COR in Phila PA a hardcopy data report via USPS/Courier and an electronic Excel spreadsheet data report via E-mail within 90 days of receipt of the last sample from this group of up to 60 samples. Upon completion of the analysis of this set of samples, and acceptance and approval of the final report, which will include documentation of all QC and necessary corrective actions by the COR, the awardee may dispose of the samples/sample containers at no addl cost to the Govt. EPA may provide a second set of up to another 60 samples to the awardee between May 2010 and Apr2011. Lab shall accept samples M-Sa. The awardee shall provide the COR in Phila PA a hardcopy data report via USPS/Courier and an electronic Excel spreadsheet data report via E-mail within 90 days of receipt of the last sample, if any, from the second group of samples. Upon completion of the analysis of any second set of samples, and acceptance and approval of the final report, which will include documentation of all QC and necessary corrective actions by the COR, the awardee may dispose of the samples/sample containers at no addl cost to the Govt. Unilateral Govt Option PeriodEPA will provide up to 60 samples to the awardee between May2011 and Apr2012, with a guaranteed minimum of 40 samples, and an estimate of 50 samples. Lab shall accept samples M-Sa. The awardee shall provide the COR in Phila PA a hardcopy data report via USPS/Courier and an electronic Excel spreadsheet data report via E-mail within 90 days of receipt of the last sample from this group in the option period of up to 60 samples. Upon completion of the analysis of this set of samples, and acceptance and approval of the final report, which will include documentation of all QC and necessary corrective actions by the COR, the awardee may dispose of the samples/sample containers at no addl cost to the Govt. EPA may provide a second set of up to another 60 samples to the awardee between May 2012 and Apr2013. Lab shall accept samples M-Sa. The awardee shall provide the COR in Phila PA a hardcopy data report via USPS/Courier and an electronic Excel spreadsheet data report via E-mail within 90 days of receipt of the last sample, if any, from the second group of samples. Upon completion of the analysis of any second set of samples, and acceptance and approval of the final report, which will include documentation of all QC and necessary corrective actions by the COR, the awardee may dispose of the samples/sample containers at no addl cost to the Govt. Schedule:Itm 1 Samples received between May2009 and Apr2011. Stds Methods Part 10500 Biological Examination Benthic Macroinvertebrates: $----------per sample x nte 120 samples = $-------- Provide one firm fixed unit price regardless of the number of samples ordered. The base period guaranteed minimum is 40 samples. The estimated number of samples is 50. The maximum is 60 samples. However, if the EPA orders a second set of testing, the total base period maximum will increase to 120 samples and a second 50-sample estimate will apply. Itm 2 (Unilateral Govt Option) Samples received between May2011 and Apr2013. Stds Methods Part 10500 Biological Examination Benthic Macroinvertebrates: $----------per sample x nte 120 samples = $-------- Provide one firm fixed unit price regardless of the number of samples ordered. The option period guaranteed minimum is 40 samples. The estimated number of samples is 50. The maximum is 60 samples. However, if the EPA orders a second set of testing, the total option period maximum will increase to 120 samples and a second 50-sample estimate will apply. Lab location(s):_____________________ The cost of QC samples must be incorporated into the unit price for each sample. Analyses (incl prep methods and any special instructions) must be performed as quoted and at the quoted location(s). This acquisition is being conducted under FAR Part 12 Acquisition of Commercial Items and utilizing FAR Part 13 Simplified Acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The following provisions are hereby incorporated by reference: 52.212-1 Instructions to Offerors 6/08, 52.212-2 Evaluation- Commercial Items 1/99, 52.212-3 Offeror Representations and Certifications 2/09, 52.212-4 Contract Terms & Conditions 10/08, 52.212-5 Contract Terms and Conditions Requires to Implement Statutes or Executive Orders 2/09, 52.217-5 Evaluation of Options 7/90, 52.219-6 Notice of Total Small Business Setaside 6/03 (NAICS 541380 Sizestd $12mill), 52.232-18 Availability of Funds 4/84, 1552.215-75 Past Performance Information 10/00. 1552.217-77 Option to Extend Term of Contract 10/00 The Govt has the option to extend the term of this contract. If 15 days remain in contract period of performance, the Govt w/out prior written notification, may unilaterally exercise this option by issuing a contract modification. To exercise this option w/in the last 15 days of the period of performance, the Govt must provide written notification prior to the last 15 days of the period. This preliminary notification does not commit the Govt to exercising the option. Full text of the clauses may be found by clicking on http://www.acquisition.gov/far/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=9e3cf3ef433387eaeb93bc5b54c4a4c6&rgn=div5&view=text&node=48:6.0.1.8.35&idno=48 The following factors shall be used to evaluate quotes: Past Performance and Price. The evaluation will consider Past Performance more important than Price. Quoters shall submit a list, including points of contacts for each, of all contracts and subcontracts for analyzing marine Atlantic Benthics with at least 20 samples, which have been either completed or are in process, and performed or awarded within the last three years. The Govt intends to make one award. All questions must be received at the Contracting Office (via E-mail ozer.sidney@epa.gov via Fax 215-814-5211 or via USPS/Courier EPA 3PM10, 1650 Arch St, Phila PA 19103-2029) by 3pm ET on Mo 4/27/09. Phone questions shall not be considered. The hour and dates specified for receipt of quotes at the Contracting Office is 3pm ET on Mo 5/6/09 (via e-mail ozer.sidney@epa.gov via Fax 215-814-5211, or via USPS/Courier EPA 3PM10, 1650 Arch St, Phila PA 19103-2029). Phone quotes shall not be considered. The acquisition is 100% reserved for Small Business NAICS 541380 Sizestd $12million. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the Central Contractor Registration database prior to award, during performance and thru final payment of any order resulting from this RFQ. If the quoter does not become registered in the CCR database in the time prescribed by the Contracting Officer, the CO will proceed to award to the next otherwise successful registered quoter. Quoters may obtain info on registration and annual confirmation requirements at http://www.ccr.gov/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e879cc860274bd416830107ec22b41f0&tab=core&_cview=1)
 
Record
SN01795741-W 20090419/090417215753-e879cc860274bd416830107ec22b41f0 (fbodaily.com)
 
Source
FedBizOpps 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.