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 -- Nutrients & Suspended Solids 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-08-10521
 
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
Total Small Business
 
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-08-10521, and the solicitation is being issued as a 100% small business set-aside 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 analysis of up to 780 water column samples for dissolved and total nutrients (complete list is below) and total suspended solids for the U.S. Environmental Protection Agency (EPA) in accordance with protocols established by the National Coastal Assessment Program (U.S. EPA 2001a). EPA will provide the contractor with a split sample consisting of a filtered and unfiltered portion of seawater from each site. Samples will be provided in batches (as collected) over a two-year period. Dissolved nutrient analyses shall be performed on the filtered portion and total nitrogen and phosphorus on the unfiltered portion of each sample. Total suspended solids shall be analyzed by weighing of tared filters provided by the contractor to EPA. Samples and portions shall be clearly labeled for each part of the analysis. The contractor shall analyze a minimum of two hundred (200) samples and a maximum of 780 samples. 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 be the same as, or exceed those described for the Environmental Monitoring and Assessment Program (U.S. EPA 2001b). 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). At the end of the contract period, the contractor shall transfer copies of all technical, fiscal, and programmatic files regarding this contract to the Project Officer. These files shall be boxed in accordance with Federal Record Keeping Standards in boxes required by the Records Center and labeled as ?EPA / USVI Coastal Assessment for Nutrients and Suspended Solids - Contractor Name / Contract Number? and contain an internal and external packing slip that identifies the specific contents of each box. The external packing slip shall be affixed to the exterior of the box. To ensure comparable data of acceptable quality, EPA requires that all participating laboratories meet or exceed the following conditions and performance standards for the analyses of interest, whether conducted in-house or by a contract laboratory. The methods described here are based on established analytical procedures that are generally accepted and utilized in environmental studies. EPA acknowledges there have been advances in state-of-the-art for some of the methods. Therefore, in keeping with a performance-based approach to QA/QC, laboratories are encouraged to use their best available technology. However, prior to approval, proposed modifications or alternative methods shall first be review by EPA to ensure that the program?s quality standards are met. Required Methods and Quality Assurance Criteria for the Laboratory Determinations of: Dissolved Nutrients and Total Nutrients (N, P); Total Suspended Solids (TSS). I. Dissolved Nutrient and Total Nutrient (N, P) Analysis. Automated colorimetric methods for the determination of dissolved N (nitrite+nitrate), nitrite, ammonia, ortho-phosphate, from a filtered portion of the seawater sample, and total N and P using an unfiltered portion shall be conducted using an auto analyzer (e.g., Technicon Auto Analyzer, or similar); the use of an auto analyzer is required to process samples in an expeditious manner. Nitrate concentration shall be determined indirectly by subtracting nitrite from nitrate+nitrite. Instrument calibration shall be based on a 5-point standard curve for each nutrient analyte; calibration standards should bracket the concentration ranges of the field samples. Samples exceeding the standard curve range by >10% shall be diluted and re-analyzed. Samples should be analyzed in batches consisting of 15-20 field samples per batch along with the following required QC check samples: Laboratory blank; Spike/recovery check sample; Duplicate sample. Reporting units shall be in mg/L; samples shall be identified to the site by using the information provided with the samples. All samples shall link to a designated batch; final data reports shall be submitted both electronically (ASCI delimited) and in hardcopy format. Quality Assurance/Quality Control (QA/QC) Requirements. The basic QA/QC requirements for the analyses of total and dissolved nutrients, as described in the National Coastal Assessment Quality Assurance Project Plan (QAPP), include the following: Method Detection Limits (MDLs) - 0.005 mg/L for N species; 0.002 mg/L for o-P; Calibration curve - correlation efficiency of =0.99; Percent Spike Recovery - ? 10% of true standard value (i.e., 90 - 110% recovery); Duplicate Analysis - Relative percent difference (RPD) of 30%; Laboratory Blank - < 3x MDL. II. Determination of Total Suspended Solids(TSS). Laboratory processing consist primarily providing a tared filter to the field crews for processing the sample, once the processed filter is returned to the laboratory - drying the filter, then re-weighing to determine the weigh of residual material (suspended solids). The preferred method for determining TSS is described in Section 6 (pp 1-3) of the EMAP- Laboratory Methods Manual-Estuaries, Volume 1: Biological and Physical Analyses (US EPA, 1995); the manual is accessible on the EMAP website [www.epa.gov/emap] under EMAP Documents by Resource Groups or refer to EPA Method 160.2: Residue, Non-Filterable Suspended Solids in Water [www.epa.gov/rmdcrl/sop/sopdoc/AIG018.pdf]. These methods have practical application for the range of 2 to 20,000 mg/L. Quality Assurance/Quality Control (QA/QC) Requirements. Laboratories that conduct TSS determinations shall adhere to the prescribed procedures and meet or exceed the following QA/QC guidelines. TSS samples held under refrigeration at 4? C shall be analyzed within 90 days of collection. If prolonged storage (>90 but <180 days) is anticipated, samples should be frozen; frozen samples shall be analyzed within 6 months of collection. Two laboratory procedures, weighing and drying the filters, are keys to success for the determination of TSS; therefore, QC records shall be maintained to document both activities. These procedures are discussed in detail in the above methods. Performance of the laboratory balance used to weigh the samples shall be verified by a certified service representative on an annual basis. During periods of use, a QC check for accuracy of the balance shall be conducted weekly by using a set of standard weights (ASTM Class 2, or better). These records shall be maintained in an instrument log book dedicated to that balance. The temperature of the drying oven shall hold stable at 103 ? 3?C. The temperature shall be checked by thermometer and recorded on a daily basis; filters should not be left in the oven, unattended, over weekends. Along with each batch of 10-15 field samples, a blank and duplicate sample shall be analyzed. A laboratory blank of 500 ml deionized water shall be processed as per field samples; an acceptable blank results in = 0.5 mg weight increase for the dried filter. Duplicate analyses shall be provided from the field to demonstrate measurement precision. The relative percent difference (RPD) between duplicate measurements should be < 20%; this applies to samples that have TSS loads >10mg/L. Data Reporting. Final data reports shall be submitted in both hardcopy and electronic format within 3 months of submission of each batch of samples; electronic data shall be in ASCII comma-delimited or formatted text. Analytical results should be expressed as percent TOC; the laboratory shall report using the sample ID code; samples should be reported in designated batches along with the corresponding QA/QC data for each batch. References are provided at the EPA Procurement Website provided below. 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 estuarine nutrient and sediment samples. 3.) Demonstrate previous analytical experience with NS&T, EMAP or similar programs. 4.) Provide a brief explanation of methods used for each CLIN, with references. 5.) Demonstrate experience with similar size/scope projects. 6.) Ability to meet the deadlines for the project. 7.) Plan to submit a final report (electronic format) as required by SOW. 8.) 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: 52.219-6, Notice of Total Small Business Set-Aside; 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 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=75add46d8df26f52f5553afa03d30d1b&tab=core&_cview=1)
 
Record
SN01578227-W 20080523/080521220433-75add46d8df26f52f5553afa03d30d1b (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.