Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

A -- Linking Nitrogen Sources to Adverse Effects on Stream Ecosystem Services in CA

Notice Date
12/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-11-00170
 
Response Due
1/4/2012
 
Archive Date
2/3/2012
 
Point of Contact
Marsha B. Johnson
 
E-Mail Address
johnson.marsha@epa.gov
(johnson.marsha@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 'SOLICITATION FOR COMMERCIAL ITEMS', AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is RFQ-RT-11-00170, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The 100% small business set-aside competition has been dissolved due to no responses to sources sought issued on the August 29, 2011 to determine if there are at least small businesses capable of performing the required services such that the requirement can be set aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The associated North American Industry Classification System (NAICS) Code 541620, Environmental Consulting Services, which has a size standard of $7.0 million. The Government intends to award a firm fixed-price contract for an 18 month period of performance. This procurement is for additional analysis needed to refine existing spreadsheet models for predicting algal biomass in California streams using data from recent monitoring efforts. In addition, improved statistical models are needed to link estimates of nitrogen loading to algal biomass and taxonomic composition, and to link shifts in algal composition in turn to shifts in macroinvertebrate community composition. Finally, information is needed to quantify impacts of atmospheric N loading on stream ecosystem services across the state of California. Objectives: The contractor shall provide support to develop innovative tools to link nitrogen sources to adverse effects on stream ecosystem services in California. Over the past ten years, a comprehensive framework of tools to diagnose eutrophication and address impairments from N and P in freshwater streams and lakes (EPA 2006). The nutrient numeric endpoint framework (NNE) is centered on two principal tenets: 1) Development of criteria based on the ecological response to increased nutrient availability (e.g. algal biomass, dissolved oxygen, etc.) rather than nutrient concentrations in order to more directly link the criteria to beneficial use and 2) Use of spreadsheet models (e.g. simplified versions of the QUAL2K model) to link response indicator numeric endpoints back to site-specific nutrient concentration targets. Research shall specifically address the ability of the contractor to link nutrient loading data with algal biomass and with algal and macroinvertebrate taxonomic endpoints. The contractor shall address how new efforts can build upon research currently being conducted and the availability of existing data sets and information such as monitoring data from 1) the Southern California Stormwater Monitoring Coalition?s Regional Stream Bioassessment Program, 2) the statewide Perennial Stream Assessment, 3) the Healthy Streams Initiative, and the 4) SCCWRP southern California Stream Algae Index of Biotic Integrity project. The Statement of Work has five tasks: Task 1 - Validate the NNE Benthic Algal Spreadsheet Tool for California Streams; Task 2 - Develop Models of the Relationship between Nutrients, Algal Biomass and Benthic Macroinvertebrate Community Structure in California Streams; Task 3 - Provide Supporting Data for Estimation of Extent of Stream Impairment Related to Nutrients and Methods for Valuation of Loss of Ecosystem Services in California; Task 4 - Presentations to State Stakeholders; and Task 5 - Final Report. Deliverables: 1) Draft written deliverable(s) for review by Contracts Officer Representative (COR) shall be prepared in accordance with the timeframe specified in the Tasks Schedule of Benchmarks and Deliverables and 2) Final written deliverable(s) shall be furnished in accordance with the timeframe specified in the Tasks Schedule of Benchmarks and Deliverables, after written comments are received from the EPA Contracting Officer's Representative (COR). Contract Quality Requirement: The contractor shall provide a combined written QA Management Plan equivalent to the EPA's requirement document [EPA Requirements for Quality Management Plans (QA/R-2)] and a written Quality Assurance Project Plan equivalent to the EPA's requirement document [EPA Requirements for QA Project Plans (QA/R-5)] with the quote. These reference documents can be located at: http://www.epa.gov/quality/qa_docs.html. PERIOD OF PERFORMANCE: The period of performance shall be 18 months from the date of contract award. The following FAR provisions apply to this solicitation: 52.212 1, Instructions to Offerors Commercial Items, FAR 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. Demonstrated adequacy of the proposed technical approach for the development and performance of the tasks required in the Statement of work 2. Demonstrated adequacy of a combined Quality Assurance Management Plan (QAMP) and Quality Assurance Project Plans (QAPP) (QAMP and QAPP requirements can located at: http/www.epa.gov/quality/qa_docs.html, see Sections QA/R-2 and QA/R-5 for specific details) to meet the requirements of the statement of work. 3. Demonstrated adequacy of personnel proposed to perform the tasks required in the Statement of Work. B. PAST PERFORMANCE: Submit a list of 3 customers for whom like or similar projects/products have been performed within the past 3 years. Include specific points of contact and phone numbers. Past performance will be evaluated on 1) quality of product or service; 2) timeliness of perfor mance (ability to adhere to deadlines); and overall customer satisfaction. C. PRICE: The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal offers the 'Best Value' to the Government price and other factors considered. For this requirement, 'best value' will be determined based on technical criteria, past performance and price. Only those offerors submitting technically acceptable quotations shall be considered for award. For this requirement, Technical Criteria and Past Performance are significantly more important than price. All offerors are to complete the On-line Representations and Certifications at https://orca.bpn.gov/. In accordance with FAR 52.204-7(b)(1)Central Contractor Registration, all prospective awardees shall be registered in the CCR database prior to award, during performance, and through final payment of any contract or purchasing agreement resulting from this solicitation. All offerors are to incl ude 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. The following additional FAR clauses which are cited in clauses 52.212 5 are applicable to the acquisition: 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 Disabled Veterans and Veterans of the Vietnam Era; 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 Fund 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 to the Contracting Specialist no later than December 15, 2011, 12:00 p.m. ET at the following email address: Johnson.marsha@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/oamrtpnc/q1100170/index.htm. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE EPA WEBSITE. Please submit two copies each of the technical and price proposal (including pricing sheet) to U.S. Environmental Protection Agency, RTP Procurement Operations Division, Attn: Marsha Johnson (E105-02), 4930 Old Page Road, Durham, NC 27703. All offers are due by January 4, 2012, 12:00 p.m. (noon), ET. No telephonic or faxed requests will be honored. E-mail proposals are acceptable and should be e-maile d to: Johnson.marsha@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-11-00170/listing.html)
 
Record
SN02635441-W 20111209/111207234847-5e6eb82027c071cfda602c1e062c4dea (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.