SOLICITATION NOTICE
B -- Macroinvertebrate Study
- Notice Date
- 7/3/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Grants Administration Section, 1200 Sixth Avenue, Seattle, WA 98101
- ZIP Code
- 98101
- Solicitation Number
- RFQ-CO-07-00012
- Response Due
- 7/13/2007
- Archive Date
- 8/13/2007
- Description
- NAICS Code: 541620 DESCRIPTION: (i) This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation number is RFQ-CO-07-00012 and it is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. (iv) This requirement is not set-aside. NAICS code 541620 applies. (v) CLIN 1: STUDY composed of macroinvertebrate monitoring in the Clark Fork River Basin in Montana in accordance with Scope of Work; Milltown Record of Decision (RDD); 5-year review guidance; and Montana Department of Environmental Quality (MDEQ) Manual. This Study will consist of five (5) tasks as noted below. Partial payments will be made upon completion of each task and submittal of the applicable deliverable, as noted: Task 1: Collect samples from 12 stations by August 25, 2007. Task 2: Analyze samples from the years 2004 and 2007 in the laboratory over the winter. There are estimated to be 4 composite samples from 4 stations for a total of 16 samples for the year 2004; and, 4 composites from 12 stations for a total of 48 samples for the year 2007. This task includes sorting, identifying, recording & interpreting each composite sample. Each composite sample could contain as many as 2,000 specimens. Task 3: Draft Report in three (3) hardcopies and three (3) electronic copies to be submitted by February 15, 2008. The Report will include all final statistical analyses of data and graphics. Task 4: Presentation of Draft Report in Helena due no later than March 25, 2008. Cost of this task is inclusive of all preparation and travel costs. Task 5: Final Report to be submitted in three (3) hard copies and three (3) electronic copies by April 10, 2008. (vi) EPA, Region 8 requires a study to be performed of specific macroinvertibrates located in the Clark Fork River Basin just outside of Missoula, Montana. Specifics are as noted above and in documentation that can be provided by the procuring office noted below. (vii) Services are to be received and accepted as noted in each task. The period of performance is from award through April 10, 2008. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. There are no clauses added to this acquisition as addenda to this provision. This provision can be accessed electronically at http://www.arnet.gov/far. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government intends to award this as a non-competitive action to McGuire Consulting in order to maintain continuity of results from the last 16 years. Additionally, McGuire Consulting is the sole developer and owner of the statistics-based "biointegrity scoring system" used to provide the reported information. It is anticipated that an order will be issued without further discussion, however, please see numbered notes below. Offerors are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (CCR) data base. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. There are no clauses added to this acquisition as addenda this provision. This clause can be accessed electronically at http://www.arnet.gov/far. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR clauses cited in that clause that are also applicable to this acquisition are as follows: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These clauses can be accessed electronically at http://www.arnet.gov/far. (xiii) There are additional contract terms and conditions determined by the contracting officer to be necessary for this acquisition or required in order to be consistent with customary commercial practices. Clause EPAAR 1552.232-74 Payments -- Simplified Acquisition Procedures Financing (JUN 06) contact Mark Caban 303.312.6737 for Clause text. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation and no rating is applicable. (xv) The numbered note(s) which apply to this solicitation are as follows: 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 25. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. (xvi) Responses to this RFQ are due by July 17, 2007, 4:30 PM MST, to e-mail address: houston.maria@epa.gov. (xvii) RFQ contact is Mark Caban at 303-312-6737; however, all questions concerning this RFQ must be submitted via e-mail to macy.delilah@epa.gov within five (5) days of posting. Above-referenced documents, noted as available for dissemination, may also be requested via e-mail to macy.delilah@epa.gov.
- Record
- SN01334393-W 20070705/070703221957 (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 |