|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 B -- SPECIAL ANALYSES OF MARINE SEDIMENT SAMPLES FOR ORGANIC AND
ELEMENTAL CONTAMINANTS SOL PG9003 DUE 083199 POC Marsha B. Johnson,
Contract Specialist (919) 541-0952 or Ramona Evans, Contracting Officer
(919)541-4749 WEB: Click here to visit the site that has information
about, http://www.epa.gov/oam/rtp_cmd. E-MAIL: Click here to contact
the Contract Specialist via, johnson.marsha@epa.gov. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN
SOLICITATION WILL NOT BE ISSUED. The solicitation number is PG9003 and
the solicitation is being issued as a Request for Quotation (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-11. The Environmental
Protection Agency (EPA) anticipates that the contract will be awarded
as a result of full and open competition. A firm-fixed-price purchase
order is anticipated to result from the award of this solicitation. The
associated Standard Industrial Classification (SIC) code is 8731. This
procurement requires the contractor to conduct analysis of up to 42
sediment samples for organic and elemental contaminants. The samples
will be collected during the summer of 1999. These samples will be
stored at the EPA laboratory located in Narragansett, R.I. The Project
Officer will provide not more than 42 nor fewer than 25 marine
sediment samples with specific instruction for the contractor to
perform one or more of the analyses described in the following four
CLINs. Results shall be reported to the EPA Project Officer no later
than 90 days after sample receipt. Results shall be reported in an
electronic format detailed in the MAIA-Estuaries Data Format Manual
(see references). A copy of the cover letter which accompanies the
results shall be sent to the EPA Contracting Officer. The contractor
shall also provide a hard-copy output of data files (i.e. spreadsheets)
for the purpose of quality assurance. A written report detailing the
methods used and the results of QA measures shall also be provided by
the contractor. Any laboratory notes discussing problems encountered
shall be included as an appendix to this report. Original records, such
as laboratory notebooks and chromatograms, shall be retained for at
least three years following final report submission, as they may be
requested to be sent to EPA. The successful contractor shall have
experience in the analysis of these analytes (see tables) in marine
sediments, and shall employ methods equivalent to those utilized by the
National Status and Trends (NS&T) Program under NOAA (National Oceanic
and Atmospheric Administration) or EPA's EMAP (Environmental
Monitoring and Assessment Program) (see references) in order to meet
the specified method detection limit and performance criteria. Prior to
contract award, the contractor shall demonstrate the ability to meet
the required method detection limits (see tables) and shall also
provide applicable reference material results. Previous experience in
the analysis of marine sediments for the analytes of interest is
required, as is participation in the NS&T intercomparison exercise. A
Quality Assurance/Quality Control (QA/QC) program shall be in place at
the contractor's laboratory, and shall address, at a minimum, the
following topics: accuracy and precision; calibration; detection
limits; physical processing of samples; analytical methods utilized;
QA/QC samples, including all acceptability criteria; and data
reporting. Routine analysis, i.e. on a per batch basis, of Certified
Reference Materials (CRMs) is required. Details on QA/QC for a similar
scope project are available in the EMAP Estuaries Quality Assurance
Project Plan (see references). The vendor shall submit a copy of its
Quality Assurance/Quality Control protocols to the EPA Project Officer
within 30 days after award of the contract. The Project Officer will
report acceptance of the document prior to the analysis of samples.
Note that MDL calculations follow EPA's "Definition and Procedure for
the Determination of the Method Detection Limit-Revision 1.11", 40 CFR
Part 136, Appendix B. The contractor shall provide EPA with a cost
estimate on a per sample basis for each of the contract line items
below, based on the number of samples projected for each line item.
Costs for the retention of samples at the contractor's facility for
three years following final report submission shall be included.
Contract Line Item Number (CLIN) ONE -- Major and Trace Element
Analysis: The analytes of interest and method detection limit
requirements are listed in Tables 1 and 2 at
http://www.epa.gov/oam/rtp_cmd. Note that the elemental analyses
require a "total digestion" using hydrofluoric acid. Contract Line Item
Number (CLIN) TWO -- PAH Analysis: The analytes of interest and method
detection limit requirements are listed in Tables 3 and 4. Contract
Line Item Number (CLIN) THREE -- PCB Analysis: The analytes of interest
and method detection limit requirements are listed in Tables 3 and 5.
Contract Line Item Number (CLIN) FOUR -- Pesticide Analysis: The
analytes of interest and method detection limit requirements are listed
in Tables 3 and 5. All analytical results shall be reported on a dry
weight basis for all four CLINS. Proposals will be evaluated using the
following technical capabilities criteria: 1.) Use NS&T, EMAP, or
equivalent methods; 2.) Demonstrate previous experience in the analysis
of analytes in marine sediments; 3.) QA/QC protocols, including plans
for analyzing Certified Reference Materials; 4.) Experience with
similar size/scope projects; 5.) Report preparation and records
management experience; 6.) Past performance -- provide 3 references;
7.) Adhering to deadlines; 8.) Ability to achieve method detection
limits; and 9.) Use proper definition of MDL's. The following FAR
provisions apply to this solicitation: 52.212-1,
Evaluation-Instructions to Offerors-Commercial; 52.212-2,
Evaluation-Commercial Item. Evaluation criteria to be included in
paragraph (a) of provision 52.212-2 are as follows: (i) technical
capability to meet the Government requirements; (ii) past performance;
(iii) price, in decreasing order of importance. Technical and past
performance, when combined, are significantly more important than
price. Award will be made to the offeror whose offer represents the
best value to the Government. 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 clause applies
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:
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity; 52.219-14, Limitation on Subcontracting; 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; 52.222-41, Service Contract Act of 1965,
As Amended. Any applicable wage determination(s) will be made a part of
the resultant purchase order. Cost and technical information should be
submitted in separate proposals. Please submit two copies of technical
proposal and two copies of the cost proposal to Marsha B. Johnson,
Contract Specialist, U.S. Environmental Protection Agency, MD-33,
Research Triangle Park, NC 27711. Courier Delivery Address is: U.S.
Environmental Protection Agency, Receptionist-Administration Bldg.
Lobby, Attn: Marsha B. Johnson, 79 Alexander Drive, Research Triangle
Park, NC 27709. All offers are due by August 31, 1999, 4:00 p.m. ET.
Offers/bids receivcd after the exact time specified will not be
considered. No telephonic or faxed requests will be honored. References
and tables can be found at http://www.epa.gov/oam/rtp_cmd. Posted
08/10/99 (W-SN365932). (0222) Loren Data Corp. http://www.ld.com (SYN# 0014 19990812\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|