Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

U. 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