SOLICITATION NOTICE
B -- Benthic Analysis
- Notice Date
- 7/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
- ZIP Code
- 19103-2029
- Solicitation Number
- RFQ-PA-13-00024
- Archive Date
- 8/17/2013
- Point of Contact
- Ryan T. Parker, Phone: 2158145126
- E-Mail Address
-
parker.ryan@epa.gov
(parker.ryan@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13 as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotations (RFQ) under solicitation number RFQ-PA-13-00024 Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100 percent set aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 541380 and the business size standard is $14.0 million. TECHNICAL REQUIREMENT: Benthic Analysis Statement of Work Background: EPA Region III has a requirement under the Marine Protection to monitor the two designated ocean dump sites (Norfolk and Dam Neck) within Region 3 on a biennial basis. Sediment samples are collected and analyzed for the presence, distribution, and identification of benthic biota. Approximately 50 samples are collected each year at alternating sites. Description of Work: The Government will collect an estimated 50 samples (minimum 25, maximum 60) from approximately 3-20 nautical miles east of the Chesapeake Bay mouth during each period. The samples will be collected using Young modified Van Veen Benthic grab 440 cm2 with salinities between 20 and 30 ppt. The samples will be field washed by the Government in a 0.583 sieve bucket and preserved in accordance with Part 10500, Benthic macroinvertebrates. In Standard Methods for the Determination of Water and Wastes, The Government will deliver the samples to the contractor's location in Government provided coolers and provide the chain of custody. Contractor shall accept samples Monday through Saturday. Contractor shall perform Standards Methods Part 10500 Biological Examination Benthic Macroinvertebrates each sample. This includes: 1. Species analyses. 2. Contractor shall perform the following statistical analyses based on the results of the species analyses: -Number of Taxa; -Number of Individuals; -Shannon Weiner species diversity; -Cluster Analysis; -Species Richness; -Evenness; -Percent Similarity; and -Simpson's Dominance Index. Analytical procedures will be followed in accordance with the EPA approved QAPP. Contractor shall dispose of the samples and containers after receiving authorization to do so from the Contracting Officer's Representative (COR). Contractor shall clean the empty sample coolers and coordinate their return to the Government with the COR. The Government is responsible for the cost of returning the sample coolers to the Government. DELIVERABLES: 1. National Oceanographic Data Center codes in Microsoft Excel (Excel). 2. Data Table in Excel. Data table shall consist of date, station, taxa, abundance of that taxa per station 3. Cluster analysis and supporting documentation (either Microsoft Word or Adobe PDF) 4. Final report. • Final report shall consist of all components as referenced in the statistical analysis in the statement of work and in the format(s) requested. 5. Documentation of QC and necessary corrective actions, if requested by the COR, are required within 30 days of request. *APHA. 1995d. Part 10500, Benthic macroinvertebrates. In Standard Methods for the Determination of Water and Wastes, 19th Edition. American Public Health Association, American Water Works Association, and the Water Environment Federation, Washington, D.C., pp. 10-58 - 10-71. PERIOD OF PERFORMANCE: Base Period: Date of award - April 30, 2014 Option Period One: May 1, 2014 - April 30, 2015 Option Period Two: May 1, 2015 - April 30, 2016 SCHEDULE: CLIN 0001 - Base Period: $_________ (unit price) x 50 ea (estimated) = $__________ CLIN 0002 - Option Period One: $_________ (unit price) x 50 ea (estimated) = $__________ CLIN 0003 - Option Period One: $_________ (unit price) x 50 ea (estimated) = $__________ APPLICABLE CLAUSES AND PROVISIONS: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67, July 22, 2013. The following provisions and clauses are hereby incorporated by reference and shall apply to this solicitation and shall apply accordingly to the subsequent award. The provisions and clauses can be found at www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) - NOTE - This is a total small business set-aside. The NAICS code for this procurement is 541380 and the business size standard is $14.0 million. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and Technical. Technical includes the contractor's experience with performing benthic analysis on samples from the ocean off of the Mid Atlantic coast. The Government will award a contract resulting from this solicitation to the lowest priced technically acceptable quote conforming to the solicitation. The Government intends to award on an all or none basis. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul 2013) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jul 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2013) - Note that the following FAR clauses are cited within this clause: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). (ii) Alternate I (Mar 2012) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) EPAAR 1552.211-79, Compliance with EPA Policies for Information Resources Management. (OCT 2000) EPAAR 1552.233-70, Notice of filing requirements for agency protests. (JUL 1999) NOTES TO QUOTERS: The following information should be submitted with your quote: 1. Unit price quotes for each sample for the base and each option year. The unit prices will be evaluated as (unit price x an estimated quantity of 50) for evaluation purposes. 2. A description of the contractor's experience performing benthic analysis on samples from the ocean off of the Mid Atlantic coast. 3. Completed FAR provision 52.212-3. If vendor has completed representations in System for Award Management (SAM), confirmation of representations available through SAM is acceptable. All questions regarding this solicitation shall be submitted in writing via email to: parker.ryan@epa.gov Quotes are due by email to: Ryan Parker at parker.ryan@epa.gov on or before 4:00 pm local time (Philadelphia, PA) on August 2, 2013. Failure to submit a complete quote by the time and date established may result in the quote not being considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-13-00024/listing.html)
- Record
- SN03126475-W 20130726/130725000005-8a6495f4ede2b7fdf6a0fb9edcc7ce47 (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 |