Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
SOURCES SOUGHT

B -- Multi-Media, Multi Concentration Inorganic Sample Analyses for USEPA?s Office of Superfund Remediation Technology Innovation (OSRTI)

Notice Date
1/13/2006
 
Notice Type
Sources Sought
 
Contracting Office
Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-05-11338
 
Response Due
5/1/2006
 
Archive Date
5/31/2006
 
Point of Contact
RASHEDA L. SHERRON, Contract Specialist, Phone: 202-564-8902, E-Mail: wolejko.stacey@epa.gov
 
E-Mail Address
Email your questions to RASHEDA L. SHERRON
(wolejko.stacey@epa.gov)
 
Description
The U.S. Environmental Protection Agency (USEPA), Office of Acquisition Management (OAM) is conducting market research, FOR INFORMATION PURPOSES ONLY, to identify: small; small disadvantaged; women-owned; 8(a); HUB Zone and service disabled veteran-owned business concerns that possess the necessary technical capabilities to provide Multi-Media, Multi Concentration Inorganic Sample Analyses for USEPA?s Office of Superfund Remediation Technology Innovation (OSRTI). The information attained as a result of this announcement will be used to determine the extent to which this acquisition will be set aside for small business concerns. This requirement will satisfy a need for qualified laboratories to apply USEPA Contract Laboratory Program (CLP) analytical methods for the isolation, detection, quantitative measurement, and reporting of 23 metals (including mercury) and cyanide target analytes in water/aqueous, soil/sediment/wipes, and air environmental samples. The labs must have the capability to analyze samples by Inductively Coupled Plasma - Atomic Emission Spectrometer (ICP-AES), Inductively Coupled Plasma - Mass Spectrometry (ICP-MS), Cold Vapor Atomic Absorption (CVAA), and colorimetric measurement of cyanide. The applicable North American Industry Classification System (NAICS) code for this requirement is 541380. The USEPA intends to award multiple indefinite delivery/indefinite quantity type contracts with a one-year base period and four 12-month option periods to meet the USEPA?s sample analyses need of 96,000 samples per year. Detailed information on the analytical requirements is provided via the draft Inorganic Low Medium 06.X (ILM06.X) Statement of Work (SOW) and its associated exhibits/appendices which are posted to the following web page: (http://www.epa.gov/superfund/programs/clp/ilm6.htm). The ILM SOW is a protocol that will define the inorganic methods and procedures accepted by the CLP. In addition, the electronic deliverable for the inorganics will be based on staged electronic data deliverable (SEDD) Stage 3. Although SEDD Stage 3 is not yet completed for the inorganics, the overall structure will be similar to the requirements posted for the organics (http://www.epa.gov/superfund/programs/clp/som1.htm). To evaluate the potential number of laboratories capable of adequately performing under the ILM SOW, a thorough review of laboratory capability statements, written Quality Assurance Plan (QAP), and Standard Operating Procedures (SOPs) will be made. Laboratories responding to this sources sought synopsis are requested to provide the USEPA all appropriate documentation that would assure the USEPA that for any possible future contract with the CLP, the laboratory will be able to: (1) Adhere to a written QAP containing the elements described under Exhibit E, Section 5 of the SOW; (2) Adhere to SOPs containing the elements described under Exhibit E, Section 6 of the SOW; (3) Adhere to the analytical methods detailed in Exhibit D and associated QC requirements specified in Exhibit E of the SOW; (4) Verify and document analytical standards and retain documentation of the purity of neat materials, as well as the purity and accuracy of solutions obtained from private chemical supply houses; (5) Submit all raw data and required documentation for Regional review; (6) Submit results of all analyzed laboratory evaluation samples, including adherence to corrective action procedures; (7) Submit, upon request, instrument data tapes and applicable documentation for tape audits, including a copy of the Sample Data Package; (8) Submit on-site laboratory evaluations, and adhere to corrective action procedures; and (9) Submit all original documentation generated during sample analyses for USEPA review. Documentation required to be submitted during the sources sought by each laboratory for evaluation by the USEPA include the following: 1) Quality Assurance Plan. The laboratory shall submit a written QAP meeting the intent of Exhibit E, Sections 5.1 through 5.1.2 of the SOW. The QAP shall include all elements detailed in Exhibit E, Section 5.2 of the SOW. For the purposes of the sources sought announcement, each separate element of the QAP shall be written to detail practices of the laboratory that serve to meet the intent of each specific requirement of the SOW. All elements required in Section 5.2, Parts A through G must be included in the QAP. 2) Standard Operating Procedures. The laboratory shall submit written SOPs meeting the intent of Exhibit E, Sections 6.0 through 6.3.12, and Exhibit F, Sections 3.0 through 3.7.2., of the SOW. Each SOP shall include all elements concerning SOPs detailed in Exhibit E and F of the SOW. For the purposes of the sources sought announcement, each separate element of the SOP shall detail practices of the laboratory that serve to meet the intent of each specific requirement of the SOW. All elements required in these Sections must be included in the SOPs. 3) Capabilities Statement Manual. The laboratory shall submit a written capabilities statement detailing the following: a. Organizational chart listing key personnel, including section managers, analysts, sample receiving personnel, Quality Assurance staff, and IT personnel that would participate in the performance of a contract under the SOW, and a copy of the job description and/or other documentation outlining the duties and responsibilities of the laboratory Quality Assurance Manager. Include sufficient information to assure the laboratory?s capability of analyzing, at a minimum, 800 full sample analyses per month. b. Inventory of key instrumentation to be used in the performance of the SOW, not including laboratory consumables and glassware. Sufficient information should be included to assure the laboratory?s capability of analyzing, at a minimum, 800 full sample analyses per month. c. Inventory of IT equipment and systems to be used in the generation and submission of electronic data as required in Exhibit H of the SOW. d. Copies of current State or Federal certifications, including NELAP, if applicable. e. Copies of two most current Performance Evaluation Sample evaluations (USEPA sponsored WP, WS, CLP, or other) performed by the laboratory. Interested concerns who believe they have the capability of providing the required services as defined in the ILM SOW are invited to submit a Capabilities Statement, including the above described documentation. Responses, including the vendor?s business status (e.g. large, small, small disadvantaged, minority-owned, 8(a), etc) should be mailed to the following: (1) U.S. POSTAL SERVICE ADDRESS: Environmental Protection Agency Bid and Proposal Room, Ariel Rios Building (3802R) ATTN: Stacey Wolejko (Mail Code 3805R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS: Environmental Protection Agency Bid and Proposal Room, Ronald Reagan Building, 6th Floor ATTN: Stacey Wolejko (Mail Code 3805R) 1300 Pennsylvania Avenue, N.W. Washington, DC 20004 Original Point of Contact STACEY WOLEJKO, Contract Specialist, E-Mail: wolejko.stacey@epa.gov CAPABILITIES STATEMENTS SHALL BE SUBMITTED NO LATER THAN 2:00 PM EDT May 1, 2005. Information contained in the Capabilities Statements will be used to determine the qualifications of the business community with respect to this requirement. DEPENDING ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT WILL BE SET-ASIDE FOR SMALL BUSINESSES, PARTIALLY SET-ASIDE FOR SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to concerns regarding their individual Capabilities Statement. NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE SERVICES DESCRIBED IN THE ILM SOW AND AS DESCRIBED IN THIS ANNOUNCEMENT.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00966710-W 20060115/060113212712 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.