SOLICITATION NOTICE
R -- The US Army Corps of Engineers, Jacksonville District, intends to obtain Professional Services for Collecting and Analyzing Sediment, Water, and Bioassay Samples for Ocean Disposal of Dredged Material for the Jacksonville District
- Notice Date
- 1/14/2015
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-15-R-0006
- Response Due
- 2/23/2015
- Archive Date
- 3/25/2015
- Point of Contact
- Jesus Lugo JR, 9042321051
- E-Mail Address
-
USACE District, Jacksonville
(jesse.lugo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Jacksonville District, intends to obtain Professional Services for Collecting and Analyzing Sediment, Water, and Bioassay Samples for Ocean Disposal of Dredged Material for the Jacksonville District. The Contractor shall provide all management, supervision, inspections, personnel, equipment, tools, supplies, materials, transportation and other items necessary to perform the following: a. National Environmental Laboratory Accreditation Conference/Program (NELAC/P) certification of laboratory for all applicable parameters. b.Experience in performing sampling, testing, and analysis in compliance with Marine Protection, Research, and Sanctuaries Act (MPRSA) Sections 102 and 103; c. Experience in performing sampling, testing, and analysis in compliance with Marine Protection, Research, and Sanctuaries Act (MPRSA) Sections 102 and 103 and in accordance with the most current version of the Southeast Regional Implementation Manual (SERIM), or Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal, as applicable, and Evaluation of Dredged Material Proposed for Ocean Disposal - Testing Manual; d.Experience in successfully planning field logistics for collecting marine sediment and water samples from harbors and offshore locations; e.Experience sediment sampling in marine environments including enclosed harbors with vessel traffic and in the open ocean; f.Experience performing environmental field work in marine environments in Florida and/or Puerto Rico; g.Directly related experience in performing the required chemistry and toxicology analysis on seawater, marine sediments, and tissues; All laboratories must be able to demonstrate the capability to perform all testing and quality control (QC) requirements that meet or exceed the criteria in the most recent Regional Implementation Manual for EPA Regions 2 or 4 and The Green Book. This shall include the ability to meet Target Detection Limits (TDLs), chemistry, and toxicology QC; h.Experience comparing sediment chemistry results to published sediment screening values where appropriate. These levels are the Threshold Effects Level (TEL) and the Effects Range-Low (ERL); i.Experience comparing elutriate chemistry results to the Federal Water Quality Criteria (WQC), criteria maximum concentration (CMC). Samples with COC concentrations exceeding the CMC will require the dilution necessary to meet the WQC. The COC with the highest required dilution will require analysis via the Short Term Fate (STFATE) module of the Automated Dredging and Disposal Alternatives Modeling System (ADDAMS) to determine the Limiting Permissible Concentration (LPC); j.Experience comparing suspended phase toxicity results to those for the control water assay. Data summaries should show the statistical comparison of dredged material treatments to the control. LC50/EC50 calculations (when required) shall be provided and summarized in a table. Samples with mortality or abnormal development statistically greater than control water will be subject to the STFATE module to determine the LPC; k.Experience performing Liquid Phase Limiting Permissible Concentration - STFATE dilution modeling for samples requiring the most dilution to meet the WQC and the sample with the lowest LC50/EC50. The results should be summarized as the minimum dilution and corresponding concentration (LPC) achieved outside the site boundaries and within the site boundaries after 4 hours. STFATE modeling will be used per the method specified in Appendix B of Evaluation of Dredged Material Proposed for Ocean Disposal - Testing Manual; l.Experience reporting Solid Phase Toxicity - Benthic whole sediment toxicity results that include survival for each replicate for each treatment as well as the average percent survival for each treatment (inclusive of reference and control). Statistical comparison of each dredged material treatment to the reference and control should be provided; m.Experience summarizing bioaccumulation data shown as mean survival for each organism; n.Experience presenting tissue chemistry results as averages in wet and dry weights. o.Experience statistically comparing results to reference values. Results may also be compared to U.S. Food and Drug Administration (USFDA) Action Levels (USFDA 2003), ecological effects threshold (EET), and the appropriate background concentrations as required by the individual task order and SAP/QAPP. A firm-fixed price commercial item contract is considered for this acquisition. The contract award will be for base period of 12 months and 4 option periods each for 12 months (period of performance). This acquisition is 100% set-aside for small business. NAICS Code is 541620; Size standard is $15,000,000.00. Solicitation W912EP-15-R-0006 will be issued on or about 23 January 2015 and offers will be due on or about 23 February 2015. Point of contact: Jesse Lugo, Contract Specialist, telephone number 904-232-1051, email jesse.lugo@usace.army.mil. Alternate Point of Contact: Philip M. Mauldin, Contracting Officer, telephone number 904 232-1240, email philip.m.mauldin@usace.army.mil. Mailing address is 701 San Marco Blvd, Jacksonville, Florida 32207-8175. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS AN INTERESTED VENDOR which is also located on the Federal Business Opportunities website at Registration Requirements: DFARS 252.204-7004, Required System for Award Management (SAM), applies to this procurement. You must be registered in the SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/portal/public/SAM/. Prospective contractors must be registered in the SAM database prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. All responsible sources may submit an offer which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-R-0006/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03615894-W 20150116/150114234152-12aeb99ee634e210f674d882db3daa4e (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 |