Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

B -- Macrobenthic and Habitat Nekton Community Analysis

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10812
 
Response Due
9/27/2006
 
Archive Date
10/27/2006
 
Small Business Set-Aside
N/A
 
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-06-10812, 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 05-12. 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 to conduct Macrobenthic and Habitat Nekton community analyses of sediment samples from the National Coastal Assessment Program and the Altered Habitat Project from date of award through September 30, 2010. The contractor shall conduct macrobenthic and valued Northern Gulf of Mexico fish/shellfish community analyses on 50 to 400 sediment or near bottom subtidal nekton (larval and juvenile) samples collected during August 2006 through September 2010 from the National Coastal Assessment Program and the Altered Habitat project. The minimum number of samples will be 50. Additional quantities above the minimum will be ordered at the discretion of the Government. These analyses require the measurement of species composition and abundance of macroinvertebrate fauna found in the sediments. Benthic samples shall be sieved in the field through 0.5 mm sieves, placed in pre-labeled jars, and preserved in a formalin Rose Bengal-stained buffered solution. Basic sample processing steps include sieving, sorting, and species identification and enumeration. Each sample site includes one to three replicate samples. Northern Gulf of Mexico shallow habitat nekton samples (fish and shellfish, e.g. penaeid shrimp ssp., sciaenid fish ssp., blue crab) shall be measured, weighed (wet wt.), and sorted for abundance and diversity analyses and growth and survival analyses. The sorted samples shall be retained in labeled (inside and out) polyethylene or polypropylene bottles and preserved in ethanol or buffered formalin and rose bengal. Species identification will be done to the lowest practical taxon using keys specific for the Northern Gulf. Procedures for sorting, counting, and identifying the estuarine benthic macroinvertebrates shall follow EMAP-E procedures (Frithsen et al., 1994). Estuarine benthic macroinvertebrates shall be identified to the lowest level practical taxonomic level. A reference collection that represents all dominant taxa shall be developed and retained for three years. QA/QC procedures for macroinvertebrate recounts and re-identifications shall follow EPA (2001). The contractor shall provide a copy of their Quality Assurance/ Quality Control protocols to the EPA prior to award. The contractor must permit a 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 successful contractor must have experience in the conduct of these analyses on freshwater and marine samples and shall employ methods equivalent to those utilized by EPA?s EMAP (Environmental Monitoring and Assessment Program) for benthos. For nekton, contractor must have experience and employ methods comparable to those used by NOAA?s National Marine Fisheries Service (NOAA 2003). The contractor shall adhere to strict sample tracking procedures to ensure samples are handled in an expeditious manner. Details of the tracking procedures will be determined within 10 days of contract award, but shall include , at a minimum, immediate notification of shipment arrival followed within 24 hours by an electronic listing of the samples received. 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., EXCEL spreadsheets) for the purpose of quality assurance. A written report detailing the methods used discussing problems encountered must be included as an appendix to this report. Original records, such as laboratory notebooks, shall be retained for at least three years following final report submission, as they may be requested to be sent to EPA. The contractor shall provide EPA with a price on a per sample (replicate) basis based on the number of samples projected. Costs for the retention of samples at the contractor?s facility for two years following final report submission shall be included. Previous experience in conducting macrobenthic analyses on marine, estuarine and freshwater sediments from Atlantic, Pacific and Gulf of Mexico is required. A Quality Assurance/Quality Control (QA/QC) program shall be in place at the vendor laboratory, and shall address, at a minimum the following topics: replicates, sorting efficiency, re-identification and re-enumeration, physical processing of samples, analytical methods utilized, QA/QC samples, and data reporting. Details on QA/QC for a similar scope project are available in the EMAP NCA Quality Assurance Project Plan and the NOAA NMFS Field and Laboratory Standard Operating Procedures for the Fishery Ecology Branch (see references). At the time of contract award, the samples will be prioritized and analyzed in an order agreed upon by the vendor and EPA Project Officer. Results for the samples shall be reported to the EPA Project Officer no later than 150 days after they are received by the contractor. 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.) Provide a copy of QA/QC protocols, including plans for sorting and identification. 2.) Demonstrate previous experience with estuarine benthic samples. 3.) Demonstrate previous experience with estuarine nekton samples. 4.) Demonstrate previous analytical experience with NS&T, EMAP, NOAA NMFS protocols or similar programs. 5.) Provide a brief explanation of methods used for each CLIN, with references. 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 3 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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 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; 52.225-16 Sanctioned European Union Country Services; 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 September 27, 2006, 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
SN01140168-W 20060913/060911221813 (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.