Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOLICITATION NOTICE

B -- Analysis of Nanoparticles

Notice Date
4/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-08-10414
 
Response Due
4/25/2008
 
Point of Contact
JENNIFER B. HILL, Contract Specialist, Phone: 919-541-3083, E-Mail: hill.jennifer@epa.gov
 
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-08-10414, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ)using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $11.0 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 nanoparticles. Scope of Work: The contractor shall provide the physical and chemical analyses of 7 different nano titanium dioxide and 7 different nano cerium dioxide particles, a total of 14 particles, which have been or will be purchased for NHEERL scientists to evaluate their toxicity or health effects. Physical and chemical analyses to be performed on each sample are: qualitative and quantitative elemental determination; specific surface area\porosity; primary and aggregate size determination; crystal structure; elemental and organic carbon content; particle shape and morphology. Required Specifications for the Scope of Work: The contractor shall utilize the following specifications in accomplishing the required analyses: 1. Qualitative elemental analysis as determined by proton induced X-ray emission (PIXE) or equivalent method of analysis; 2. Quantitative elemental analysis as determined by ion couple plasma mass spectroscopy (ICPMS) or equivalent method of analysis; 3. Specific surface area/porosity as determined by Brunauer, Emmett, Teller test (BET) or equivalent method of analysis; 4. Primary and aggregate size determination as determined by transmission electron microscopy (TEM) or equivalent method of analysis; 5. Crystal structure as determined by X-ray diffraction (XRD) or equivalent method of analysis; 6. Elemental and organic carbon content as determined by the thermal optical analysis for organic and elemental carbon assay based on NIOSH 5040 method or equivalent method of analysis. 7. Particle shape and morphology as determined from transmission electron microscopy (TEM) and Brunauer Emmett Teller test (BET). Deliverable: The contractor shall provide a report for each sample analyzed in Word format. The report will summarize the results in Table form for each analysis described in items 1 to 7, as well as present these results as an attachment in Excel spreadsheet accompanied by statistical analysis for the sample and analysis. In addition, the report will describe the analysis protocol and provide supporting documentation described in the ?Quality Assurance? section, below, for each sample analyzed as described above. Quality Assurance: Each analysis must be accompanied by specific documentation describing the standard or established operating procedure and/or protocol employed for each analysis described in the ?Required Specifications for the Scope of Work?as well as the standards employed to establish sensitivity of the values reported for each analysis, as well as the sensitivity of the method and instrument employed for each analysis. Period of Performance: The period of performance shall be from date of award through July 31, 2008, inclusive of all results and supporting information of analyses being provided by this date. 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. Technical Approach - Demonstrate the ability to perform the analyses for each assessment requested in the Statement of Work. Technical approach will be evaluated based on the extent to which the offeror concisely and accurately discusses the nature of the services being requested to include instrumentation and standard operating procedures. 2. Personnel Qualifications - Demonstrated availability, amount and relevance of technical experience and education. 3. Demonstrated evidence of publications of nanoparticle analysis in peer-reviewed publications. 4. Demonstrated adequacy of the submitted Quality Management Plan. B. PAST PERFORMANCE: Submit a list of 3 customers for whom like or similar services have been performed. Include specific points of contact and phone numbers. Past Performance will be evaluated on 1) quality of service; 2) timeliness of performance (ability of adhere to deadlines); and 3) overall customer satisfaction. C. PRICE. The Government intends to award a single contract to the responsible offeror whose technically acceptable quotation represents the best overall value to the Government based on the evaluation of the technical criteria, past performance, and price. Only those offerors submitting technically acceptable quotations shall be considered for award. For the purpose of this best value evaluation of technically acceptable proposals, technical criteria and past performance, when combined, are significantly more important than price. The government will make award to the responsible offeror(s) whose offer conforms to the solicitation and is the best value to the government. 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; 52.222-50, Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 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 each 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 Old Page Road, Durham, NC 27703. All offers are due by April 25, 2008, 12:00 p.m., ET. No telephonic or faxed responses will be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de39f050c26526102175d6997cb6645e&tab=core&_cview=1)
 
Record
SN01551915-W 20080412/080410221011-de39f050c26526102175d6997cb6645e (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.