Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1998 PSA#2182

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

A -- GULF ECOLOGY DIVISION -- MAIA MACROBENTHIC ANALYSIS SOL QQ9E17 DUE 100298 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 QQ9E17 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 97-05. 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. The associated Standard Industrial Code (SIC) is 8734. This procurement requires the contractor to conduct macrobenthic community analyses on each of 60 to 120 sediment samples collected during July -August 1998 from the MAIA Estuarine Monitoring Program. These analyses require the measurement of species composition and abundance of macroinvertebrate fauna found in the sediments. Samples will be sieved in the filed through 0.5 mm sieves, placed in pre-labeled jars, and preserved in a formalin Rose Bengal-stained buffered solution. Basic sample processing steps include sieving, sorting, and species identification and enumeration. Each sample site includes three replicate samples; thus the sample numbers referred to above comprise 20-40 sample locations. The successful vendor must have experience in the conduct of these analyses on freshwater and marine samples and shall employ methods equivalent to those utilized by EPA's EMAP (Environmental Monitoring and Assessment Program). The vendor shall adhere to strict sample tracking procedures to ensure samples are handled in an expeditious manner. Tracking procedures 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 (see references). A copy of the cover letter which accompanies the results shall be sent to the EPA Contracting Officer. 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 discussing problems encountered must be included as an appendix to this report. 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. The contractor shall provide EPA with a cost estimate on a per sample (replicate) basis based on the minimum number of 20 samples (60 replicates) projected. An additional cost estimate should be provided on a per sample (replicate) basis for batches of 10 samples (30 replicates) up to the maximum number projected. These samples will be batched and funded separately from the base number. Exercising this option is at the discretion of EPA. Costs for the retention of samples at the contractor's facility for two years following final report submission should be included in per sample cost. Previous experience in conducting macrobenthic analyses on marine, estuarine and freshwater sediments from the U.S. mid-Atlantic is required. At the time of contract award, the samples will be prioritized and analyzed in an order agreed upon by the vendor and EPA Project Officer. Results for the priority samples shall be reported to the EPA Project Officer no later than 90 days after contract award, while the remainder shall be due no later than 150 days after contract award. A Quality Assurance/Quality Control (QA/QC) program shall be in place at the vendor laboratory, and shall address, at a minimum the following topics: replicates, sorting efficiency, reidentification and reenumeration, physical processing of samples, analytical methods utilized, QA/QC samples, and data reporting. Details on QA/QC fora similar scope project are available in the EMAP Estuaries Quality Assurance Project Plan (see references). Each offeror is required to submit a copy of their Quality Assurance/ Quality Control protocols with their proposal. The contractor must permit a QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time during the conduct of analyses (given advance notification). Proposals will be evaluated using the following technical capabilities criteria: 1.) QA/QC protocols, including plans for subsampling, recounts, and identifications; 2.) Demonstrated benthic experience in similar analyses (i.e. NS&T, EMAP, similar programs); 3.) Demonstrated previous experience with estuarine benthic samples and analyses from the Mid-Atlantic region; 4.) Proposed methodology used for benthic sorting, enumeration and identificaton; 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 two copies of technical propopals 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 October 2, 1998, 4:00 p.m. ET. Offers/bids received after the exact time specified will notbe considered. No telephonic or faxed requests will be honored. References can be found at http://www.epa.gov/oam/rtp_cmd. Posted 09/15/98 (W-SN250045). (0258)

Loren Data Corp. http://www.ld.com (SYN# 0005 19980917\A-0005.SOL)


A - Research and Development Index Page