|
COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1999 PSA#2344U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 A -- GULF ECOLOGY DIVISION -- GULF OF MEXICO MACROBENTHIC ANALYSIS SOL
XQ8014 DUE 052799 POC Marsha B. Johnson, Contract Specialist,
(919)541-0952; Barbara H. Stearrett, Contracting Officer, (919)
541-3113 WEB: click here to visit the site that has information about,
http://www.epa.gov/oam/rtp_cmd. E-MAIL: click here to contact the
contract specialist via, johnson.marsha@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 XQ8014 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 97-10. The Environmental
Protection Agency (EPA) anticipates that the contract will be awarded
as a result of full and open competition. A firm-fixed-price purchase
order 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
121 sediment samples collected during July -August 1996-98 from the
Tampa Bay National Estuary Monitoring Program (TBNEP) and from Perdido
Bay in 1999. These analyses require the measurement of species
composition and abundance of macroinvertebrate fauna found in the
sediments. Samples from TBNEP and Perdido Bay were sieved in the field
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. The successful vendor shall 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 detailedin 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 five 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 basis based on the number of samples projected. Costs for the
retention of samples at the contractor's facility for two years
following final report submission shall be included. Previous
experience in conducting macrobenthic analyses on marine, estuaries and
freshwater sediments from the U.S. Gulf of Mexico 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, frequency of QA/QC samples and how they are documented, data
archiving and reporting. Details on QA/QC for a similar scope project
are available in the EMAP Estuaries Quality Assurance Project Plan
(see references) and shall be followed. 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); 3.)
Demonstrated previous experience with estuarine benthic samples and
analyses from the Gulf of Mexico; 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 experience;
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; 52.222-41, 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 Marsha B. Johnson, 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: Marsha B. Johnson, 79
Alexander Drive, Research Triangle Park, NC 27709. All offers are due
by May 27, 1999, 4:00 p.m. ET. No telephonic or faxed requests will be
honored. References can be found at http://www.epa.gov/oam/rtp_cmd.
Posted 05/10/99 (W-SN329448). (0130) Loren Data Corp. http://www.ld.com (SYN# 0003 19990512\A-0003.SOL)
A - Research and Development Index Page
|
|