Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2023 SAM #7894
SOURCES SOUGHT

B -- B--PHYTOPLANKTON ANALYSIS

Notice Date
7/7/2023 9:11:04 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0223Q0164
 
Response Due
7/14/2023 1:30:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Williams, Lisa, Phone: 303-236-9327, Fax: 303-236-5859
 
E-Mail Address
ldwilliams@usgs.gov
(ldwilliams@usgs.gov)
 
Description
Phytoplankton identification, enumeration, and biovolume analysis services THIS IS A SOURCES SOUGHT NOTICE ONLY. NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify interested firms for the potential requirement detailed below. The North American Industry Classification System (NAICS) code is 541380 (Testing Laboratories and Services) and the size standard is $19 Million. The Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. NOTE: A detailed scope of work will be provided with any solicitation that may be issued. Phytoplankton identification, enumeration, and biovolume analysis services The United States Geological Survey (USGS) Upper Midwest Water Science Center, Madison, WI has a requirement for phytoplankton identification, enumeration, and biovolume analysis services. The USGS is conducting a study focused on Lake Winnebago, the Fox River, and lower Green Bay in Wisconsin to characterize algal bloom formation and transport in the Fox River from Lake Winnebago�to Green Bay. From July to October 2023, phytoplankton samples will be collected during algal bloom events for phytoplankton identification, enumeration, and biovolume analysis. Two depths will be sampled at each of approximately 15 sites throughout the sampling season (surface and approximately 1-m below the surface). Replicate samples will be collected each sampling trip, resulting in replicates representing 10% of samples. Phytoplankton samples will be collected using a horizontal Van Dorn sampler or a surface water grab and preserved using glutaraldehyde in accordance with USGS protocols (https://water.usgs.gov/owq/FieldManual/). The Contractor shall provide analysis services for identification, enumeration, and biovolume of phytoplankton, including the picoplankton, to the species level (when possible). All analyses must be conducted by a single expert analyst to ensure consistency in taxonomic resolution by removing analytical biases associated with samples processed by more than one analyst. A minimum of 400 natural units per sample will be identified and enumerated. The USGS is requesting the preparation of permanent mounts for sample analysis and archival purposes. Phytoplankton identification, enumeration, and biovolume analysis conducted by a single expert analyst who has experience with algal communities in Wisconsin. Phytoplankton, including picoplankton, identified to species level whenever possible. Dominant taxa are photographed for archival purposes. Current literature used to determine biovolume, volume, and area formulas. Differential interference contrast and epifluorescence microscopy used to help distinguish and identify taxa. Phytoplankton concentrated using a membrane filtration technique. Optically clear permanent mounting technique utilized to prepare samples for analysis and archival purposes. Identification and enumeration accomplished using a range of magnifications to ensure taxa that vary in size over several orders of magnitude are captured. A minimum of 400 natural units per sample identified and enumerated. A minimum of 10 natural units measured for biovolume calculations. A QA/QC recount is conducted on about 10% of all samples and results are submitted electronically along with regular sample data. All business concerns who believe they can responsibly provide this type of service must submit the following information to the Contracting Officer: 1. Tailored capability statement describing information in providing the services described above. 2. The firm must specify that they are either: 2.1 A small business (8(a), HUBZone, SDVOSB, etc.) Or 2.2 Other than small business under the NAICS Code listed in the announcement. 3. The firm must provide a point of contact name and e-mail information, and the firm�s Cage Code, and SAM.gov UEI. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for quotations. The Government does not intend to award a contract based on responses received under this announcement. In order to be responsive to this Notice, a firm must provide the appropriate documentation for consideration by July 14, 2023. Responses that do not comply with these procedures will not be considered. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25eb2cf86a034931a6884ffbd4049b99/view)
 
Record
SN06741006-F 20230709/230707230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.