Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
MODIFICATION

B -- Surface Water and Tissue Residue Characterization

Notice Date
5/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
SOL-NC-11-00023
 
Response Due
6/2/2011
 
Archive Date
7/2/2011
 
Point of Contact
Marsha B. Johnson
 
E-Mail Address
johnson.marsha@epa.gov
(johnson.marsha@epa.gov)
 
Small Business Set-Aside
N/A
 
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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is SOL-NC-11-00023 was a combined synopsis/solicitation issued as a 100% small business set-aside competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures on April 14, 2011. The 100% small business set-aside competition has been dissolved due to no responses to the requirement. This solicitation number is now SOL-NC-11-00023A, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ) using FAR Part Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 0 5-25. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $12.0 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 seawater samples and fish tissue or fish food samples for organic and elemental contaminants. A total of 20 sample analysis will be ordered annually, with 1 of the 12 seawater samples provided monthly and the 8 fish tissue or fish food samples at the discretion of the Government. The period of performance will be 12 months from the date of award with 4 12-month optional periods of performance. The optional periods will be exercised at the discretion of the Government. The contractor shall perform the analysis of seawater and fish tissue or fish food samples samples for the analytes listed in Table 1, employing the methods required in each contract line item number (CL IN) and within the detection limits specified in Tables 2 and 3 in the Statement of Work. However, the specific analytes for any sample shall be determined by the EPA. The contractor shall provide all seawater sample bottles for metals, mercury and organics. All sample bottles shall be pre-cleaned and/or certified for the analytes of interest. The Government will provide sample containers for fish or fish food samples. The contractor shall perform contract line item 1 and contract line item 2 as follows: CLIN One - The contractor shall perform analyses of a minimum of 12 seawater samples for all organic and elemental contaminants listed in Table 1. The preferred method to be used for analysis of arsenic, cadmium, chromium, copper, lead, nickel and selenium is Method 200.121 (U.S. EPA 1992) for stabilized temperature graphite furnace atomic absorption. Mercury is to be analyzed following U.S. EPA Method 245.72 using cold vapor atomic fluorescence spectrophotometry. All o ther metals are to be analyzed using U.S. EPA Method 200.8 (ICP-MS)3. The preferred method of organic analyses is that of the U.S. EPA (1995)4. CLIN Two - The contractor shall perform analyses of a minimum of 8 samples of fish tissue or fish food for all organic and elemental contaminants listed in Table 1. The preferred method to be used for analysis of arsenic, cadmium, chromium, copper, lead, nickel and selenium is Method 200.121 (U.S. EPA 1992) for stabilized temperature graphite furnace atomic absorption. Mercury is to be analyzed following EPA Method 245.72 using cold vapor atomic fluorescence spectrophotometry. All other metals are to be analyzed using EPA Method 200.8 (ICP-MS)3. The preferred method of organic analyses is that of the U.S. EPA (1995)4. Analytical results shall be reported on a dry weight basis. (NOTE: The references and tables are available in the Statement of Work for the solicitation at the EPA Website at the following link: http://www.epa.gov/ oamrtpnc/110023/index.htm) The contractor shall provide a written Quality Assurance Project Plan (QAPP) prior to award which meets requirements of EPA QA/R 2: EPA Requirements for Quality Management Plans and a written Quality Assurance Project Plan which meets the requirements of EPA QA/R 5: EPA Requirements for Quality Assurance Project Plans (QAPP) for Environmental Data Operations (category 2). These reference documents can be located at: http://www.epa.gov/QUALITY/qs docs/r2 final.pdf and http://www.epa.gov/quality/qapps.html. The QAPP shall describe all chemical methods and all standard operating procedures used in these analyses. The quality assurance and quality control criteria for these analyses shall be stated in the QAPP and meet or exceed those specified in EPA's 'Environmental Monitoring and Assessment Program (EMAP), National Coastal Assessment Quality Assurance Project Plan 2001-2004'. This document can be found at: http://www.epa.gov/emap/nca/html/do cs/qaprojplan.html. The basic minimum criteria shall include the following quality control samples for each set of samples analyzed or for a minimum of every 20 samples analyzed: (i) one laboratory method blank, (ii) one matrix spike, (iii) one matrix spike duplicate (spike concentration should be five to ten times the specified Method Detection Limit (MDL)), (iv) laboratory control reference materials (equivalent to a certified reference material), and (v) calibration curve. The mean percentage recovery and variance of all analytes of interest in a laboratory fortified matrix and standard reference materials shall be documented in the QAPP and reported for each batch of samples. The contractor shall re analyze (at no cost to the Government) the entire batch of samples if recovery results of the matrix spike are deemed unacceptable for the methods utilized. The contractor shall permit QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time during the analyses (given advance notification). Results shall be reported in both electronic and hard-copy forms (Word). The contractor shall also provide a hard-copy output of data files (i.e., spreadsheets) and legible photocopies of chromatograms of standards and sample analyses for the purpose of quality assurance. For each set of samples analyzed, a written report detailing the methods used and the results of QA measures shall also be provided by the contractor. Reports for each set of samples shall be submitted to the EPA Project Officer/Contracting Officer's Representative (COR) within 45 days after receipt of the samples. The report shall contain the following information: Sample identification; Dates that sample were received, collected, extracted, and analyzed; Tabulated sample results with units, including reporting basis (e.g., wet wt., dry wt.); Summary of extraction or digestion procedure; Detection and quantification limits, including methods for s tatistically derived limits; Quantification of all analytes in method blanks and association of method blanks with each sample; Summary of results and control limits for all associated QC analyses performed by the laboratory, such as spikes, surrogates, duplicate agreement, and reference materials; Explanations for all data qualifications; Explanations for all deviation from the analytical protocols and discussion of possible effects on the data; Reference method. Samples shall be retained for 90 days following analysis. EPA Project Officer/COR shall notify the contractor within 90 days of receipt of report if any analyses are to be repeated. Any laboratory notes discussing problems encountered shall be included as an appendix to each report. Copies of original records, such as laboratory notebooks and chromatograms, shall be sent to the EPA COR upon completion of the contract. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors?Co mmercial 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. Demonstrate adequacy of Quality Assurance Project Plan, including QA/QC protocols and plans for analyzing Certified Reference Material or equivalent. 2. Demonstrated experience with analysis of fish tissue or fish food samples tissues for the various metal and organic analytes. 3. Demonstrated experience with seawater analysis for the various metal and organic analytes. 4. Demonstrated use of the preferred analytical methods specified or comparable methods in similar projects. 5. Demonstrated ability to meet the required MDLs as specified in Tables 2 and 3 of the Statement of Work. B. PAST PERFORMANCE: Submit a list of 3 customers for whom like or similar sample analysis have been performed within the past 2 years. Include specific points of contact and phone numbers. Past performance will be evalu ated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. C. BASIS FOR AWARD: For this requirement, technical capability and past performance are more important than price. Price will be evaluated inclusive of all options. All offerors are to complete the On-line Representations and Certifications at https://orca.bpn.gov/. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 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: 52.219-28, Post Award Small Business Program Representation; 52.217-9, Option to Extend the Term; 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; 52.222-50, Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.227-17, Rights in Data-Special Works; 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, 52.246-11 Higher-level Contract Quality Requirement; 1552.217-77, Option to Extend the Term of the Contract-Fixed Price. Any applicable wage determination(s) will be made a part of the resultant contract. All technical questions are to be forwarded via email to the Contract Specialist at the following email address: Johnson.marsha@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 /oamrtpnc/1100023/index.htm. Please submit two copies of the technical proposal and price proposal to Marsha B. Johnson, Contract Specialist, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711 if using the US Postal Service. Courier delivery address is U.S. Environmental Protection Agency, Attn: Marsha B. Johnson, RTP Procurement Operations Division (D143-01), 4930 Old Page Road, Durham, NC 27703. All offers are due by June 2, 2011, 12:00 p.m., ET. No telephonic, email, or faxed responses will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-11-00023/listing.html)
 
Record
SN02454365-W 20110525/110523234241-cc0de9f089321d7eafee5ea19f9e17ff (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.