SOLICITATION NOTICE
B -- Chemical Analytical Services for Multi-Media, Multi-Concentration Dioxin (DLM02.2) and PCB Congeners (CBC01.2)
- Notice Date
- 1/26/2010
- Notice Type
- Presolicitation
- Contracting Office
- Environmental Protection Agency, Emergency Response Service Center, 1200 Pennsylvania Ave., Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-10-00053
- Response Due
- 1/15/2010
- Archive Date
- 2/15/2010
- Point of Contact
- Point of Contact, Wendy Rizzo, Purchasing Agent, Phone (202) 564-6657
- E-Mail Address
-
U.S. Environmental Protection Agency
(RIZZO.WENDY@EPAMAIL.EPA.GOV)
- Small Business Set-Aside
- N/A
- Description
- NAICS Code: 541380 Combined Synopsis / Solicitation RFQ-DC-10-00053 *THIS RFQ CAN ALSO BE FOUND AT http://www.epa.gov/oamsrpod/lasc/1000053/index.htm The U.S. Environmental Protection Agency (EPA) Office of Solid Waste and Emergency Response (OSWER) Office of Superfund Remediation and Technology Innovation (OSRTI), Technology Innovation and Field Services Division (TIFSD), Analytical Services Branch (ASB) seeks to establish Basic Ordering Agreements (BOAs) in accordance with FAR Part 16.703 with vendors who are capable of performing dioxin/furans and CB congeners analytical services. A BOA is not a contract, as referenced in FAR Part 16.703; instead, it is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing, and delivering future orders under the BOA. Additionally, a BOA does not imply any agreement by the government to place future contracts or orders with the contractor or to be used in any manner to restrict competition. PURPOSE: The purpose of the multi-media, multi-concentration dioxin/furan analytical service and the multi-media, multi-concentration chlorinated biphenyl (CB) congener analytical service is to provide analytical data for use by the U.S. Environmental Protection Agency in support of the investigation and clean-up activities under the Comprehensive Environmental Response, Compensation, and Liability Act of1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of1986 (SARA). Other USEPA Program Offices, as well as customers outside the Agency, that have similar analytical data needs also use this service DESCRIPTION OF SERVICES: The dioxin/furan analytical service provides a contractual framework for laboratories to apply USEPA analytical methods for the isolation, detection, and quantitative measurement of 17 2,3,7,8-substituted tetra through octachlorinated dibenzo-p-dioxins (CDDs) and chlorinated dibenzofurans (CDFs) in water, soil, sediment, sludge, tissue (no human tissue), ash, oil, and oily matrices. The analytical service provides the methods to be used and the specific contractual requirements by which the Government will evaluate the data. This service uses a High Resolution Gas Chromatography/High Resolution Mass Spectrometry (HRGC/HRMS) method to analyze the target compounds. The CB congener analytical service provides a contractual framework for laboratories to apply USEPA analytical methods for the isolation, detection, and quantitative measurement of chlorinated biphenyl (CB) congeners in water, soil, sediment, sludge, tissue (no human tissue), ash, oil, and oily matrices. The analytical service provides the methods to be used and the specific contractual requirements by which USEPA will evaluate the data. This service uses a High Resolution Gas Chromatography/High Resolution Mass Spectrometry (HRGC/HRMS) method to analyze the target compounds. The specific task requirements are detailed in the DLM02.2 SOW and the CBC01.2 SOW, available at http://www.epa.gov/superfund/programs/clp/. The North American Industries Classification System (NAICS) code for this requirement is 541380 and the size standard is $12 million. There is no monetary value to this agreement. Interested vendors must be registered at CCR.gov and ORCA.BPN.gov (in accordance with FAR Parts 4.11 and 4.12). REQUIRED SUBMISSIONS AND EVALUATION: All responsible sources may submit the required documents listed below, in writing, to the identified point of contact below by the response date. Documentation may be submitted electronically to the point of contact, or may be mailed via U.S. Postal Service to: U.S. EPA Ariel Rios Building, Attn: Wendy Rizzo, Mail Code 3805R, 1200 Pennsylvania Avenue, NW, Washington, DC 20460; or, via commercial delivery or courier service to: U.S. EPA Ronald Reagan Building, Attn: Wendy Rizzo, Mail Code 3805R, Room 61174, 1300 Pennsylvania Avenue, NW, Washington, DC 20004. The following required submissions are all due no later than 3PM Eastern, 15 calendar days after the date of this announcement. All submissions will be evaluated as PASS/FAIL. A rating of fail in one area will result in an ineligible submission. 1) Capabilities StatementA general statement that describes the laboratory's capability to analyze samples under the two statements of work, as well as an organizational chart. 2) Verification FormThe form entitled HR-GC/MS Verification and Certification Form is linked below. This form is required for each machine that the contractor anticipates using under the agreement. Contractors verifying and certifying the possession of the appropriate equipment by the due date specified above will receive a PASS score. 3) COI PlanThe EPA has identified a need to avoid, neutralize, or mitigate actual and potential contractor conflicts of interest (COI). In order to avoid, neutralize, or mitigate conflicts, the contractors are required to have a COI plan for identifying and reporting actual and potential COI. The submitted COI plan must address the EPA Minimum Standards for Contractors' COI Plans, which are posted as an attachment to this announcement. All plans that adequately address the Minimum Standards will be rated as PASS. 4) Post-Award Performance Evaluation Sample and On-Site AuditsAll contractors that receive a Basic Ordering Agreement will be required to pass a post-award performance evaluation sample, as well as an on-site audit. These two requirements must be completed and passed before the contractor is eligible for individual purchase orders. If the Contractor has satisfactorily completed both requirements under the current Blanket Purchase Agreements, the Government reserves the right to not re-perform the audit and/or performance evaluation sample. Details regarding this requirement will be given to individual laboratories after award. QUESTIONS: All questions should be addressed to Wendy Rizzo at Rizzo.Wendy@epa.gov. No phone calls will be accepted. ATTACHMENTS: SOWs are available at ASB's website: DLM02.2 http://www.epa.gov/superfund/programs/clp/dlm2.htmCBC01.2 http://www.epa.gov/superfund/programs/clp/cbc1.htm Information on the Staged Electronic Data Deliverable: http://www.epa.gov/superfund/programs/clp/sedd.htm The following documents can be found at http://www.epa.gov/oamsrpod/lasc/1000053/index.htm : Clauses COI clauses and minimum requirements Verification form PA-PES ScoringMore details and instructions will be provided after award, if necessary. Example Excel Electronic Data Deliverable
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-10-00053/listing.html)
- Record
- SN02050134-W 20100128/100126234922-d7a82d35a84c66770f957a52ba5ffc12 (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 |