Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

B -- Foraminifera Assemblages Analysis

Notice Date
5/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-08-10520
 
Response Due
6/10/2008
 
Point of Contact
JENNIFER B. HILL, Contract Specialist, Phone: 919-541-3083, E-Mail: hill.jennifer@epa.gov
 
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-08-10520, 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 05-25. 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 identification and analysis of foraminifera assemblages from a maximum of 400 marine sediment samples for the U.S. Environmental Protection Agency (EPA) using methods similar to those described in Hallock et al. (2003). EPA will provide the contractor with vials containing > 10g sediment (dry weight). Samples will be clearly labeled but replicates will not be identified until analysis is completed. The contractor shall analyze a minimum of one hundred (100) samples and a maximum of four hundredd (400) samples. The samples will be delivered to the contractor in up to 3 batches (100 samples or more in each batch). The period of performance of this contract is two (2) years from the date of award. The contractor shall submit a copy of Quality Assurance/Quality Control protocols for review. These protocols shall describe chain of custody, organizational flow, and record-keeping procedures to be used during the contract period. They shall also include a description of how precision and accuracy shall be determined and documented. The contractor shall agree to allow a QA audit of laboratory and or data entry procedures by an authorized agent of the EPA at any time (with advance notice). The contractor is required to transfer copies of all technical, fiscal and programmatic files regarding this contract to the EPA Project Officer at the end of the contract period. These files should be labeled as ?EPA/USVI Assessment of Foraminifera?. Required services. The contractor shall split the sample saving half as archival and return to EPA if not needed. Approximately 4 g sediment shall be separated for grain size analysis (Folk 1974) and ~1 g used to identify 150-200 foraminifera to the genus (not species) level as described in Table 1. Genus-level identification is recommended because it is historically well established and an excellent basic reference is available (Loeblich and Tappan, 1987). If deformed specimens are observed, the proportions of deformed specimens should be recorded for the three most abundant taxa. For quality assurance, at least 10% of the samples should be independently evaluated (included in total sample number). Data Reporting. Final data reports shall be submitted in both hardcopy and electronic (Excel spreadsheet) format within 4 months of receipt of each batch. Results shall include grain size, raw foraminifera counts and sample weights with appropriate sample identifier and date of analysis. Analytical results shall include relative abundance (percent of a particular genus relative to all foraminifera in the sample) and absolute abundance (# specimens/gram of sediment) for each genus. The Foram Index (Hallock et al. 2003; Table 2) shall be calculated for each sample. Samples shall be reported in designated batches along with the corresponding QA/QC data for each batch. Table 1- Taxonomic identification and functional groups of foraminifera (Hallock et al. 2003) is available at the EPA Procurement website shown below. Table 2 - Calculation of the Foram Index (Hallock et al. 2003). Step 1. From each subsample examined, sort all foraminiferal specimens by genus, count, and record in a spreadsheet, with genera arranged by functional group. (See Table 1.) Step 2. Calculate the proportion (P) of specimens for each functional group by summing the specimens of each genus of that group (N) and dividing by the total number of specimens counted (T). a) Ps = Ns/T, where subscript ?s? represents symbiont-bearing foraminifers; b) Po = No/T, where subscript ?o? represents opportunistic foraminifers; c) Ph = Nh/T, where subscript ?h? represents other small, heterotrophic foraminifers. Step 3. Weight proportions to calculate the FORAM Index (FI): FI = (10 x Ps) + (Po) + (2 x Ph). The EPA Procurement webiste shown below contains References and Bibliopgraphy. 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 replication of analyses. 2.) Demonstrate previous experience with foraminifera assemblages and foraminifera identification. 3.) Provide a brief explanation of methods used for each CLIN, with references. 4.) Demonstrate experience with similar size/scope projects. 5.) Ability to meet the deadlines for the project. 6.) Plan to submit a final report (electronic format) as required by SOW. 7.) Describe 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 2 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. 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." Only those offerors submitting technically acceptable quotations shall be considered for award. 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: 52.219-28, Post Award Small Business Program Representation; 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 Procurement website at the following address: http://www.epa.gov/oam/rtp_cmd. Click on the CURRENT SOLICITATIONS section and click on the solicitation number 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 June 10, 2008, 12:00 p.m., ET. No telephonic, email, or faxed responses will be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56569e09da236adbe4dbbb11adecbef9&tab=core&_cview=1)
 
Record
SN01577864-W 20080523/080521215625-56569e09da236adbe4dbbb11adecbef9 (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.