Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135

U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711

A -- GULF ECOLOGY DIVISION ANALYTICAL SERVICES -- BIOCONCENTRATION OF CONTAMINANTS SOL QQ7002 DUE 072998 POC Sya Mayes (919) 541 3416 WEB: click here for references/tables, http://www.epa.gov/oam/rtp_cmd. E-MAIL: click here to contact the contract specialist via, mayes.sya@epa.gov. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is QQ7002 and the solicitation is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. The Environmental Protection Agency (EPA) anticipates that the contract will be awarded as a result of full and open competition. A firm-fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for the analysis of 100 biotic samples for organic and elemental contaminants. The samples will be collected from September 1998 through December 1999, and shipped to the Contractor for analysis. The samples will be undigested and represent fish, bivalves and periphyton tissues. The contractor will be responsible for the homogenization, digestion, extraction and analyte analysis. The successful contractor shall have demonstrated experience in the analysis of biota for the requested analytes and shall employ methods and detection limits equivalent to those utilized by the Puget Sound Estuary Program (1996). The contractor shall provide a written QA Management Plan equivalent to the EPA's requirement document (EPA QA/R-2: EPA Requirements for Quality Management Plans) and a written Quality Assurance Project Plan equivalent to the EPA's requirement document (EPA QA/R-5: EPA Requirements for Quality Assurance Project Plans (QAPP) for Environmental Data Operations (category 2)) for EPA's review and approval prior to the initiation of analyses. These reference documents can be located at HTTP://es.epa.gov/necrqa/qa/qa_docs.html. The QAPP shall describe in detail all chemical methods, including expected recovery of all analytes, and all standard operating procedures used in these analyses. The quality assurance and quality control criteria for these analyses shall meet those specified for the EMAP-Estuaries Program. The basic minimum criteria include the following quality control samples for a minimum for every 20 samples analyzed: (i) one laboratory method blank, (ii) one matrix spike, (iii) one matrix spike duplicate (spike concentration should be five to ten times the specified Method Detection Limit (MDL)), (iv) laboratory control reference materials (equivalent to a certified reference material), and (v) calibration curve. The minimum expected mean recovery efficiencies for metals is 80 % and for pesticides PCBS, and PAHs is 65% at concentrations equal to or greater than 10 X the specified MDL. The mean percentage recovery and variance of all analytes of interest in a laboratory fortified matrix and standard reference materials shall be documented in the QA PP and reported in for each batch of samples. The contractor shall re-analyze (at no cost to the Government) the entire batch of samples if recovery results of the spike matrix are deemed unacceptable for the methods utilized.The vendor shall be required to submit a copy of their Quality Management Plan and Quality Assurance/Quality Control protocols to the EPA Project Officer prior to the analysis of samples. The contractor shall permit QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time while conducting the analyses (given advance notification). Results shall be reported in an electronic form (ASCII). The contractor shall also provide a hard-copy output of data files (i.e., spreadsheets) for the purpose of quality assurance. A written report detailing the methods used, and the results of QA measures shall also be provided by the contractor. The report is to be submitted to the EPA Project Officer within 120 days after receipt of the samples. Any laboratory notes discussing problems encountered shall be included as an appendix to this report. Originalrecords, such as laboratory notebooks and chromatograms, shall be retained for at least three years following final report submission, as they may be requested to be sent to the EPA. The contractor shall provide EPA with a quote on a per sample basis for each of the contract line items below, based on the number of samples projected for each line item. ITEM 0001: The contractor shall perform metal analysis of 100 biotic tissue samples. The analytes to be measured are chromium (II), cadmium, copper, nickel, lead, silver, zinc, mercury and arsenic. Methods of analysis are ICP-OES and FLAA for copper and zinc. ICP-MS or GFAA are required for elements of low concentration such as lead. CVAF is recommended for mercury analyses. Item 002: The contractor shall perform tissue analysis for 100 samples for organic compounds (see Table 1). Full scan GC/MS techniques should be used as described in the Puget Sound Estuary Program-Protocols and Guidelines (1996). Proposals will be evaluated using the following technical capabilities criteria: 1.) QA/QC protocols, including plans for analyzing CRMs; 2.) Demonstrated analytical experience in similar analyses (i.e. NS&T, EMAP, similar programs); 3.) Demonstrated previous experience with fish, periphyton and bivalve tissue; 4.) Proposed methodology to include demonstrated ability to meet MDLs; 5.) Experience with similar size/scope projects; 6.) Past performance -- provide 3 references; 7.) Report preparation and records management. Award will be made to the lowest priced offer meeting all of the technical requirements. The following FAR provisions apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Item. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) technical capability to meet the Government requirements; (ii) past performance; (iii) price, in decreasing order of importance. Technical and past performance, when combined, are significantly more important than price. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clause applies 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: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act -- Supplies; 52.222-41, Service Contract Act of 1965, As Amended. Cost and technical information should be submitted in separate proposals. Please submit three copies of offers to Sya M Mayes, Contract Specialist, U.S. Environmental Protection Agency, MD-33, Research Triangle Park, NC 27711. Courier Delivery Address is: U.S. Environmental Protection Agency, Receptionist-Administration Bldg. Lobby, Attn: Sya M. Mayes, 79 Alexander Drive, Research Triangle Park, NC 27709. All offers are due by July 29, 1998, 4:30 p.m. EST. Offers/bids received after the exact time specified will not be considered. No telephonic or faxed requests will be honored. References/Tables can be found at http://www.epa.gov/oam/rtp_cmd. Posted 07/09/98. (0190)

Loren Data Corp. http://www.ld.com (SYN# 0006 19980713\A-0006.SOL)


A - Research and Development Index Page