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