Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2009 FBO #2741
MODIFICATION

H -- Analysis of Marine Sediment

Notice Date
5/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
COP-9008
 
Archive Date
6/20/2009
 
Point of Contact
Robert Stachowski, Phone: (617) 918-1913, Patrice Denault, Phone: (617) 918-1714
 
E-Mail Address
stachowski.robert@epa.gov, denault.patrice@epa.gov
(stachowski.robert@epa.gov, denault.patrice@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 2 issued to add/change the following: 1. The quantity of samples to be tested per the SOW. 2. Include the requirement for a firm fixed price quote. The Offeror shall submit their quote based on a quantity of 25 samples not the previously stated (20 to 30 samples) which is currently stated in the Scope of Work on page 1. All tasks included in this Request for Quote (RFQ) are firm fixed price which will result in the offeror quoting the best price and being technically acceptable receiving a firm fixed price Purchase Order at time of award. - end - Amendment 1 issued to change the language in the 2nd and 3rd paragraphs on the first page of the Scope of Work: Additional details for analysis and references for the Tables may be found in the Regional Implementation Manual (RIM) for the Evaluation of Dredged Material Proposed for Disposal in New England waters. US EPA New England and US Army Corps of Engineers (Corps) New England District. April 2004. The RIM is available for download at the following address: (http://www.epa.gov/region1/topics/water/rim/rimweblink.pdf). The analytical report must be provided to EPA in hard copy and electronic copy (MS Excel) and must include Quality Control Summary Tables. Electronic reports must be in EDD format as discussed on page 17 of the RIM and on the following website: http://www.nae.usace.army.mil/reg/EDD.html. Any laboratory performing the analyses must be a U.S. Army Corps approved laboratory prior to award. and again in Table 1 under data report. Data report August 10 August 10 Data report and electronic data deliverable in EDD format (see RIM). August 10, 2009 All other requirements of this Solicitation remain the same as originally posted. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, Subpart 12.6, as supplemented with additonal information inlcuded in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitiation will not be issued. This combined synopis/solicitation is issued under solicitation number COP-9008 as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-31. The North American Industry Classification System (NAICS) code is 541380, which has a size standard of $12.5 million to qualify as a small business. This solicitation is NOT set-aside for small business and is considered as full and open to all business. Submit written quotes only, oral quoteswill not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Only one contract will be awarded. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All FAR provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://acqnet.gov/far. This procurement consists of providing Chemical analysis of Marine Sediments collected from Long Island Sound and Cape Cod Bay from July 20 to 26, 2009. The Enviromental Protection Agency's Region 1 has developed the attached Scope of Work (SOW) which is included in this solicitation package. All samples to be analyzed with quantities are listed in the SOW along with the materials required to be provided by the vendor. Please provide pricing for all requirements as identified in accordance with the attached SOW. Attachment 1 - Scope of Work (SOW) The Following FAR Provision and Clauses Apply: FAR 52.212-1 Instructions to offerors - Commercial Items. FAR 52-212-3 Offerer Representations and Certifications -- Commercial Items. Complete only paragraph (j) of this provision if the annular representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. EPAAR 1552.211-79 Compliance with EPA policies FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses listed in FAR 52.212-5 (b) & (c) are applicable. FAR 52.219-28 Post Award small business programs FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52-222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Regulation FAR 52.252-1 Solicitation Provisions Incorporated by References FAR 52.252-2 Clauses Incorporated by Reference Please submit your quote response in accordance with the requirements stated in the SOW including all required documents to the Point of Contact identified in the solicitation to arrive at the Point of Contact on or before 4:30pm on June 5, 2009. No phone quotes or faxed quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/COP-9008/listing.html)
 
Place of Performance
Address: Vendors facility, United States
 
Record
SN01828389-W 20090529/090527235609-c6c1726ddcdff5d5b5d02f21a9bf979b (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.