SOURCES SOUGHT
R -- Analysis of Environmental Samples for Pesticides, Herbicides, Pharmaceuticals, and Hormones/Steriods
- Notice Date
- 5/23/2006
- Notice Type
- Sources Sought
- Contracting Office
- Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-06-10717
- Response Due
- 5/31/2006
- Archive Date
- 6/30/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number PR-CI-06-10717 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21. This acquisition is issued under Full and Open competition. The NAICS code is 541380, the size standard for which is $11 Million. This combined synopsis/solicitation is for analytical services as described in the Statement of Work (SOW), #2265, and its appendices. The title of the solicitation is: Analysis of Environmental Samples for Pesticides, Herbicides, Pharmaceuticals, and Hormones/Steroids. The requirement is for the Environmental Protection Agency?s (EPA) Office of Water?s (OW) Engineering and Analysis Division (EAD) in Washington, D.C. The Contractor shall utilize the procedures described in the SOW and its appendices for the analysis of wastewater and biosolids samples for the presence of Pesticides, Herbicides, Pharmaceuticals (antibiotics and drugs), and Hormones/Steroids. A copy of the SOW in its entirety may be obtained via the internet at: http://www.epa.gov/oam/cinn_cmd/ EPA Office of Water is conducting a survey of publicly owned treatment works (POTW). Any resultant analytical data provided under a potential EPA contract as the result of this synopsis/solicitation may be used by the EPA in the development of effluent discharge regulations and for the revision of analytical methods for characterizing such pollutant discharges. Although there are no defined EPA methods combining the technologies and analytes required in this study, several studies have demonstrated the technical feasibility of HRGC, HPLC, LRMS, MS/MS, and HRMS to generate data of high specificity and sensitivity for the analyte fractions included in the SOW. The specific instrumentation required for performance of these analyses is listed in Table 2-1 of the SOW, and consists of high resolution gas chromatography (HRGC), combined with low resolution mass spectrometry and selected ion monitoring (LRMS-SIM), high resolution gas chromatography combined iwth high resolution mass spectrometry (HRGC/HRMS), high performance liquid chromatography combined with tandem low resolution mass spectrometry (HPLC/MS/MS). The target analyte list for each analytical class is included in Table 2.2. Analyte lists, minimum QA/QC requirements, data report and electronic data requirements, and pricing schedules are defined and included in this SOW. Two (2) sampling episodes will be performed under this SOW, Episodes 6534 and 6535. The resultant contract will require a 45-day analytical turnaround time. The contract will be awarded on a FIXED per-unit price. The Contractor shall provide qualified personnel, facilities, and equipment, as described in the SOW, for performance of all sample analyses and data reporting associated with the resultant EPA contract. Influent, Effluent, and Biosolids samples will be collected from three POTW facilities, with sampling scheduled to occur on or about June 5 or 12, 2006 for Episode 6534; and on or about either June 19 or 26, 2006 for Episode 6535. The Contractor shall conduct a performance-based analytical study, including development of method detection limits. To the extent possible, isotope dilution methodology should be employed for analyte quantitation. For analytes where this quantitation approach cannot be employed, internal standard quantitation must be used. Under this SOW, the Contractor shall perform pesticide analysis HRGC/HRMS analytical technology, herbicide analysis using HRGC/HRMS, Pharmaceuticals using HPLC/MS/MS, and Steroids/Hormones using HRGS/LRMS-SIM. Analyte fractions and the associated analytical technology required in this project are listed in Table 2-1; specific analyte lists for each analytical fraction are included in Tables 2-2 through 2-5; and SOW holding times (sample and extract) are detailed in Table 2-7. Sufficient documentation shall be submitted to demonstrate the potential contractor is familiar with and understands the requirements set forth in the SOW and its appendices. EPA?s EAD Office uses its Sample Control Center (SCC) contractor (hereinafter referred to as SCC) to provide administrative liaison and coordination services over its laboratory contracts. As such, all required deliverables under a resultant contract shall be sent to EPA?s EAD Sample Control Center (SCC) in Alexandria, VA within the times specified in the SOW. F.O.B. point shall be Destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Demonstrated Technical Acceptability to perform all areas of the SOW requirements as stated in the SOW; (2) Past Performance and; (3) price. Technical acceptability and past performance, when combined, are significantly more important than price. Proposals shall provide descriptive technical literature in sufficient detail to demonstrate that it can meet all of the minimum requirements specified in the SOW. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/ Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965, as amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) and; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002). All responsible sources may submit a proposal which will be considered by the Agency. Offerors shall submit two (2) copies of their proposals no later than 4:00 p.m. EDT on May 31, 2006 to Camille Warfield, Contract Specialist, as follows: via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed proposals are acceptable and may be sent to (513) 487-2115. Proposals may also be sent electronically via e-mail to Camille Warfield at Warfield.Camille@epa.gov. Questions may also be directed to Camille Warfield via e-mail. Telephone requests will not be honored.
- Web Link
-
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
- Record
- SN01055749-W 20060525/060523221235 (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 |