|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1998 PSA#2156U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 A -- GULF ECOLOGY DIVISION ANALYTICAL SERVICES -- TOXICITY TESTS SOL
QQ9E15 DUE 082098 POC Sya Mayes (919) 541 3416 WEB: click here for
references, 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
QQ9E15 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.
This competitive acquisition is 100% set-aside for small businesses.
The associated Standard Industrial Code (SIC) is 8734, and the small
business size standard maximum is $5m in annual receipts. A
firm-fixed-price contract is anticipated to result from the award of
this solicitation. This procurement is for the analysis of up to 60
samples (Minimum = 20) for sediment toxicity and related measurements.
Ten-day static acute toxicity tests with the east coast amphipod
Ampelisca abdita shall be conducted in accordance with standard ASTM
guidelines and EPA methods. In addition, to the routine measurements
made during the test (e.g., pore water ammonia, temperature, salinity,
and dissolved oxygen), the contractor shall also perform Microtox
tests on each sample, following accepted protocols. The contractor
shall provide EPA with a cost estimate for the minimum number of 20
samples projected. A separate cost estimate shall be provided on a per
sample basis for batches of 10 samples up to the projected maximum
number of 60 samples. These additional samples will be batched and
funded separately from the base number. Exercising this option will be
at the discretion of EPA. A copy of the contractor's Quality
Assurance/Quality Control protocols shall be submitted with the
proposal. The protocols shall conform, at a minimum, to those specified
in the EPA EMAP-Estuaries Laboratory Methods manual. Furthermore,
acceptable performance in the conduct of these tests shall be
demonstrated to the EPA Contracting Officer prior to the initiation of
testing. At a minimum, control charts of toxicity results for
reference toxicant tests utilizing Ampelisca abdita shall be provided
to document acceptable performance. The contractor shall agree to allow
a QA audit of laboratory and/or data entry procedures by an authorized
agent of EPA at any time following advance notice. The contractor can
expect to receive a steady stream of samples via Federal Express from
August 1998 through October 1998. Under no circumstances shall the
30-day holding time be exceeded before the contractor performs the
toxicity tests. The vendor shall adhere to strict sample tracking
procedures to ensure samples are handled in an expeditious manner.
Details of the tracking procedure will be negotiated within 10 days of
contract award, but shall include, at a minimum, immediate
notification of shipment arrival followed, within 24 hours, by an
electronic listing of the samples received. Results shall be reported
in an electronic format detailed in the MAIA-Estuaries Data Format
Manual (available upon selection). All data must be associated with the
7-digit sample ID provided with the sample. The contractor will also
provide a hard-copy output of the data files (i.e., spreadsheets) for
the purpose of quality assurance. The contractor shall also include a
written report (and electronic copy, e.g. WordPerfect) detailing the
methods used and the results of Quality Assurance measures. Any
laboratory notes discussing problems encountered must be included as an
appendix to this report. A copy of the cover letter which accompanies
the results shall be sent to the EPA Contracting Officer. Original
records, such as laboratory notebooks, shall be retained for at least
three years following final report submission, as they may be requested
to be sent to EPA. All testing must be completed within 40 days of
receipt of the last sample. Data and the report shall be delivered to
EPA within 90 days of receipt of the final sample. Technical proposals
must contain adequate information and details for evaluation of the
technical capabilities criteria. Proposals will be evaluated using the
following technical capabilities criteria: 1.) QA/QC protocols,
including plans for analyzing a reference toxicant; 2.) Demonstrated
previous experience with sediment toxicity testing with organisms
requested; 3.) Demonstrated previous testing experience in similar
analyses (i.e. NS&T, EMAP, similar programs); 4.) Brief explanation of
methods used; 5.) Experience with similar size/scope projects; 6.)
Past performance -- provide 3 references; 7.) Report preparation and
records management; and 8.) Adhering to deadlines. 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
technical proposals and one copy of cost proposal 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 August 20, 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
can be found at http://www.epa.gov/oam/rtp_cmd. Posted 08/07/98
(W-SN234268). (0219) Loren Data Corp. http://www.ld.com (SYN# 0004 19980811\A-0004.SOL)
A - Research and Development Index Page
|
|