Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

A -- Characterization of Nanomaterial Samples from Ce-doped Diesel Fuel

Notice Date
11/15/2011
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-11-00178
 
Response Due
12/13/2011
 
Archive Date
1/12/2012
 
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 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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-11-00178, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The 100% small business set-aside competition has been dissolved due to no responses to sources sought issued on the August 29, 2011 to determine if there are at least small businesses capable of performing the required services such that the requirement can be set aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The associated North American Industry Classification System (NAICS) Code 541380, Testing Laboratories, which has a size standard of $12.0 million. The Government intends to award a firm fixed-price contract for a 18 month period of performance. This procurement is for microscopy characterization of nanomaterial samples from combustion of nano-Ce-doped diesel fuel. The Contractor must possess the following capabilities for characterizing EPA-provided samples. (Depending on the nature of the samples, however, not all capabilities listed below may be required). 1)Ultra-high resolution imaging enabling simultaneous SEM imaging (secondary and backscatter electron modes) and STEM imaging modes (bright field and dark field imaging) on the same particle; 2)High resolution dedicated STEM (Hitachi HD-2300 or equivalent); 3) SEM coupled with high-sensitivity energy dispersive x-ray spectroscopy (EDS); 4)TEM coupled with EDS; 5)Electron Backscattering Diffraction; 6) Dynamic Light Scattering; and 7) Electron Energy-Loss Spectroscopy. The Statement of Work has 4 tasks: 1) Perform Level I screenings for up to 25 samples and provide Level I Summary Reports; 2) Perform Level II detailed characterization 0f 12 samples selected by the COR and provide a Level II detailed report; 3) Draft a publication on the physical and chemical properties of cerium oxide particles generated by combustion of ce-doped diesel fuel; and 4) Release all data and return all samples to the EPA upon completion of the contract. Deliverables: 1) Progress reports. The Contractor shall prepare and provide monthly progress reports to the EPA; 2) Level 1 Summary Reports. The contractor shall provide a brief written report (less than 1 page) along with field images, particle images and EDS spectra to the COR for each sample screened in Level I; and 3) The contractor shall provide a detailed report to EPA summarizing the results of the Level II analyses. PERIOD OF PERFORMANCE: The period of performance shall be 18 months from the date of contract award. The following FAR provisions apply to this solicitation: 52.212 1, Instructions to Offerors Commercial Items, FAR 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) Demonstrated adequacy of the proposed technical approach in response to research technical questions listed in the Level II description in the Statement of Work; 2) Demonstrated adequa cy of quality assurance project plan for assessing and ensuring that the data are accurate, complete, and analyzed as specified in the Statement of Work; 3) Demonstrated adequacy of personnel proposed to perform the tasks required in the Statement of Work. Resumes must be provided for all key personnel designated to take responsibility for segments of the work. Specifically, the offeor must address their experience in characterizing aerosol samples similar to those described in the Statement of Work; 4) Demonstrated experience as evidenced by peer-reviewed publications and conference proceedings related to the high-resolution microscopy characterization of ultrafine aerosols, diesel soot, or nanoparticles. The offerors shall submit information on the five most recent publications and conference proceedings completed during the past three years and all contracts and subcontracts currently in process for similar work; and 5) Describe the facilities and equipment that wil l be available for conducting the requested research. B. PAST PERFORMANCE: Submit a list of 3 customers for whom like or similar sample analysis have been performed within the past 3 years. 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: The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal offers the 'Best Value' to the Government price and other factors considered. For this requirement, 'best value' will be determined based on technical criteria, past performance and price. Only those offerors submitting technically acceptable quotations shall be considered for award. For this requirement, technical criteria and past performance are significantly more important than price. All offerors are to complete the On-line Representations a nd Certifications at https://orca.bpn.gov/. In accordance with FAR 52.204-7(b)(1)Central Contractor Registration, all prospective awardees shall be registered in the CCR database prior to award, during performance, and through final payment of any contract or purchasing agreement resulting from this solicitation. 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. The following additional FAR clauses which are cited in clauses 52.212 5 are applicable to the acquisition: 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 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; 52.2 22 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; 52.232 33, Payment by Electronic Fund 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. All technical questions are to be forwarded to the Contracting Specialist no later than November 21, 2011, 12:00 p.m. ET 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/q1100178/index.htm. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE EPA WEBSITE. Please submit two copies each of the technical and price proposal (including pricing sheet) to U.S. Environmental Protection Agency, RTP Procurement Operations Division, Attn: Marsha Johnson (E105-02), 4930 Old Page Road, Durham, NC 27703. All offers are due by December 13, 2011, 12:00 p.m. (noon), ET. No telephonic or faxed requests will be honored. E-mail proposals are acceptable and should be e-mailed to: Johnson.marsha@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-11-00178/listing.html)
 
Record
SN02623958-W 20111117/111115234846-13db034f882cef47f0bd7f611adc96e0 (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.