Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

B -- Seawater & Oyster Tissue Analysis

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10014
 
Response Due
11/4/2005
 
Archive Date
12/4/2005
 
Small Business Set-Aside
Total Small Business
 
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. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is PR-NC-06-10014, and the solicitation is being issued as a small business set-aside competition Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $10.0 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 up to 30 samples, with a guaranteed minimum of 12 seawater samples and 5 oyster tissue samples for organic and elemental contaminants. The samples up to the maximum will be ordered at the discretion of the Government. It is anticipated that the standard shipment of samples to be analyzed will consist of at least one seawater sample per month and one oyster tissue sample per quarter for a total of 4 samples per quarter. The initial shipment will consist of one seawater sample. The period of performance will be 18 months from date of award. The successful contractor must demonstrate experience in the analysis of seawater and oyster tissue samples for the analytes listed in Table 1, employing the methods required in each contract line item number (CLIN). However, the specific analytes for any sample shall be determined by the EPA. Each respondent must supply documentation of their experience with these types of analyses and their ability to meet the required detection limits listed in Tables 2 and 3. (NOTE: Tables 1, 2 and 3 are available on the EPA Procurement Website http://www.epa.gov/oam/rtp_cmd.) Applicable reference material results must also be provided prior to contract award. The contractor shall provide a written QA Management Plan 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) with their proposal. 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 may be found at http://www.epa.gov/emap/nca/html/docs/qaprojplan.html. The basic minimum criteria 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 conduct of analyses (given advance notification). The contractor shall provide detailed instructions for clean trace metal and mercury sampling in seawater, as well as 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 oyster samples. Results shall be reported in both electronic and hard-copy forms (WordPerfect). 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 within 45 days after receipt of the samples. The report should contain the following information: Sample identification; Dates that sample was 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 statistically 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 departures from the analytical protocols and discussion of possible effects on the data; Reference method. Samples shall be retained for 90 days following analysis. The EPA Project Officer 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 upon completion of the contract. The contractor shall perform either contract line item 1 or contract line item 2 for any one seawater sample and contract line item 3 or contract line item 4 for any one oyster tissue sample at the discretion of the Government. CLIN One - The contractor shall perform analyses of a minimum of 12 and a maximum of 18 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 other 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 12 and a maximum of 18 seawater samples for only the aromatic hydrocarbons, chlorinated pesticides, polychlorinated biphenyls, and inorganics 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. CLIN Three - The contractor shall perform analyses of a minimum of 5 and a maximum of 12 samples of oyster tissues 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. CLIN Four - The contractor shall perform a minimum of 5 and a maximum of 12 samples of oyster tissue for only the aromatic hydrocarbons, chlorinated pesticides, polychlorinated biphenyls, and Inorganics 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: References are available at the EPA Procurement Website http://www.epa.gov/oam/rtp_cmd.) 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: A. TECHNICAL CRITERIA: 1. Demonstrate adequacy of QA/QC protocols provided, including plans for analyzing Certified Reference Material or equivalent. 2. Demonstrate previous experience with analysis of oyster tissues for the various metal and organic analytes. 3. Demonstrate previous experience with seawater analysis for the various metal and organic analytes. 4. Demonstrate previous use of the analytical methods specified in similar projects. 5. Provide a brief explanation of methods used for each CLIN, with references, and expected MDLs. 6. Demonstrate experience with similar size/scope projects. 7. Demonstrate ability to meet the deadlines for the project. 8. Ability to submit a final report (electronic format) as required. 9. Provide detailed information on Record Management Program. 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 evaluated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. C. PRICE: Price will be evaluated inclusive of optional quantities. Award will be made to the offeror whose offer is the lowest priced offer meeting all of the technical requirements. Offers must satisfactorily meet all of the technical requirements to be considered "technically acceptable." 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; 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: 52.222-3 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; 52-232-33, 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. 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 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. Click on the CURRENT SOLICITATIONS section and click on the solicitation for viewing applicable documents. Near the top of the page COMMERCIAL BUY CLAUSES AND FORMS sections 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 if using the US Postal Service. 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 November 4, 2005, 12:00 p.m., ET. No telephonic or faxed requests will be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00918040-W 20051021/051019212214 (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.