Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2003 FBO #0626
SOLICITATION NOTICE

B -- SPECIATION OF ORGANOTINS IN WATER

Notice Date
8/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ord Service Center/Nheerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-03-00351
 
Response Due
9/2/2003
 
Archive Date
10/2/2003
 
Point of Contact
Point of Contact, Jennifer Hill, Purchasing Agent, Phone (919) 541-3083
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(hill.jennifer@epa.gov)
 
Description
NAICS Code: 541380 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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-03-00351, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $6.0 million to qualify as a small business, is applicable. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This procurement is for the analysis of up to 96 samples of water containing either monomethyltin (MMT) or dimethyltin (DMT). Analysis of methyltin species (MMT, DMT, and trimethyltin [TMT]) as well as total tin will be required at specific time points after preparation of the water solutions, as specified below. The contractor shall provide EPA with a price for the full analysis of all 96 samples. The contractor is required to submit a pre-award Quality Management Plan consistent with the specifications contained in document EPA/QAR-2 EPA Requirements for Quality Management Plans. No award may be given until and unless the Quality Assurance Manager and the Project Officer agree as to the conditions of that plan. EPA/QAR-2 can be downloaded from EPA's Quality Staff Home Page (http://www.epa.gov/quality) under "Documents". The contractor is required to submit a Quality Assurance Project Plan consistent with the conditions of document EPA/QAR-5 EPA Requirements for Quality Assurance Project Plans. The QAPP must be submitted and approved by the QAM and the Project Officer prior to work beginning on the project but is not a pre-award condition. EPA/QAR-5 can be downloaded from EPA's Quality Staff Home Page (http://www.epa.gov/quality) under "Documents". Contractor shall provide laboratory testing services to the EPA in accordance with the Description of Services. Specimens are to be collected by the EPA, and the Contractor shall arrange for shipment. Due to the uncertain stability of the compounds, the samples must be picked up within 15 minutes of preparation in the EPA laboratory, and analysis or stabilization (for later analysis) made within 30 minutes. The actual specimen collections will take place over one week. To allow for analysis verification and post-collection analyses, the period of performance is 12 months from the date the contract is awarded. The Contractor shall designate a Study Manager and provide contact information (telephone, email, postal address). The Study Manager shall coordinate communications between EPA and the Contractor analytical laboratory, supply necessary forms, and oversee execution of performance for the Contractor. Description of Services: Analysis of the organotin concentrations (total tin and methyltin species) in drinking water studies is needed to verify dose levels used in animal studies. Stability of two organotin compounds, monomethyl and dimethyl tin, will be measured over several days, under conditions of use equivalent to the animal study. There will be a stock solution which will be kept in the freezer, and dilutions made from that stock will be kept in water bottles in the animal room, suspended on empty cages. For each solution, analysis shall be conducted immediately after preparation, 6 hours later, and again at 1, 2, 3, and 4 days, to allow a time-course for stability. Samples of the stock will be analyzed immediately after preparation and at 2 and 4 days. Analysis at each time point shall include actual quantity of monomethyl (MMT), dimethyl (DMT), and trimethyl tin (TMT), as well as total tin (Sn). The solutions will be made on a Monday, and sampling will take place each day (Friday=day 4) that week. The Contractor is free to choose the analytical method most appropriate for this contract. Literature citations for this type of analysis are included in References. However, the methodology must be capable of identifying and quantifying the methyltin species at relatively low concentrations (limits of detection no more than 0.1% of nominal concentrations). Recommended methods include LC or GC (requiring derivitization) followed by MS identification of species. Numerous papers in the literature describe these methodologies (cited below). In addition, SOPs for GC/MS analysis are available from the EPA. The Contractor must fully describe the proposed analytical techniques with supporting documentation of capabilities and anticipated recovery/limits of detection. All solutions will be maintained at the EPA's Environmental Research Center laboratory in Research Triangle Park, NC. Water samples shall be picked up from the EPA facility by the Contractor or courier, and delivered to the Contractor's laboratory where the assays will be performed. Contractor shall perform the assays, verify the accuracy of the results with concurrent standard curves and control samples, and report the results, including data from which the standard curves are derived, to the EPA in writing and electronically in the form of a PC-based spreadsheet (e.g., Excel?) or ASCII file. 1. Initial recovery / feasibility studies. Contractor shall undertake feasibility studies to determine recovery of methyltin species in spiked water solutions. Recovery will be reported to EPA prior to shipping samples with unknown concentrations. 2. Stability study of water solutions. Solutions and sampling times are listed in the table below. Contractor shall work with EPA to determine the appropriate sample size for each sample. Contractor shall provide bottles for sample collection in consultation with EPA. This actual collection of samples will take 1 week. 3. Contractor shall perform analysis for concentrations of MMT, DMT, TMT, and total tin in each water sample. 4. EPA will work with the Contractor to schedule the stability study as described above. 5. The assays shall be conducted within 30 minutes of receipt at the analytical laboratory. Alternatively, the samples may be stabilized immediately for later analysis. Final analysis shall be conducted within 2 weeks and results of the assays shall be reported by Contractor to the EPA project officer. The results shall include: a. Values obtained for the recovery and quantitation of methyltin species, including limits of detection. b. A table listing the water sample number and the calculated concentration of each methyltin and total tin in mg/L, as well as results of control samples run in the analytical laboratory for verification of accuracy of the assay. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation--Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) TECHNICAL CAPABILITIES CRITERIA: a) Provide a copy of the Quality Management Plan in accordance with the Statement of Work. b) Describe the proposed analytical techniques with supporting documentation of capabilities and anticipated recovery/limits of detection. c) Ability to meet time line for the project; (ii) PAST PERFORMANCE: Provide 3 references (quality of product or service, timeliness of performance (ability to adhere to deadlines), and overall customer satisfaction); and (iii) PRICE. Award will be made to the offeror whose offer is determined the best overall value to the government, price and other factors considered. For the purpose of this best value evaluation of technically acceptable proposals, technical capabilities and past performance, when combined, are significantly more important than price. All offerors are to include with their offer 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; 52.246-11, Higher Level Contract Quality Requirement, 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: 52.222-21, 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; 52-232-33, Payment by Electronic Funds Transfer; 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. The completed Representations and Certifications should be included with the price proposal. All technical questions are to be forwarded via email to the Contracting Officer at the following email address: hill.jennifer@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/oam/rtp_cmd. Scroll down to the REQUEST FOR QUOTATION section and click on the solicitation. Scroll down below that section to COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience. Please submit two copies of the technical proposal and price proposal to Jennifer B. Hill, Contracting Officer, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Jennifer B. Hill, RTP Procurement Operations Division (D143-01), 4930 Page Road, Durham, NC 27703. All offers are due by September 2, 2003, 12:00 p.m., EDT. No telephonic or faxed requests will be honored.
 
Record
SN00403434-W 20030817/030815214615 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.