|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 A -- COMMUNITY COMPOSITION ANALYSIS SOL XQ2009 DUE 062499 POC Marsha
B. Johnson, Contract Specialist (919) 541-0952 or Barbara 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 XQ2009 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 contract is anticipated to result from
the award of this solicitation. The associated Standard Industrial
Code (SIC) is 8734. This procurement is for the taxonomic analysis of
228 samples of biota collected from near-coastal areas in the Gulf of
Mexico Region. The samples will be collected between July 1999 and
September 2000. The samples will be for algal-periphyton, zooplankton
and benthos. The contractor shall be responsible for species
enumeration and taxonomic identification. In addition, the contractor
shall sort/sieve the benthic samples through a 0.5 mm mesh sieve. The
vendor is required to submit a copy of their Quality Assurance/Quality
Control protocols to the EPA Project Officer. The successful vendor
must have experience conducting taxonomic analysis of the three biota
types indigenous to the northern Gulf of Mexico. Results shall be
reported in an electronic format. A copy of the cover letter which
accompanies the results shall be sent to the EPA Project 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 and the results of QA measures shall be
provided by the contractor. Any laboratory notes discussing problems
encountered must be included as an appendix to this report. Original
records,such as laboratory notebooks, shall be retained for at least
two years following final submission, as they may be requested to be
sent to EPA. The report for each type of biota shall include the
following information: the total number of taxa for each site, their
percent relative to the site and study, the total number of individuals
for each site, their percent abundance relative to the sample and
study, mean density, Shannon-Weiner index, Simpsons Index, species
evenness (Pielou), species richness (Margalefs index.), and Bray-Curtis
similarity. THE CONTRACTOR SHALL PROVIDE EPA WITH A COST ESTIMATE ON A
PER SAMPLE BASIS FOR EACH OF THE CONTRACT LINE ITEMS FOUND BELOW,
BASED ON THE NUMBER OF SAMPLES PROJECTED FOR EACH LINE ITEM. COSTS FOR
THE RETENTION OF SAMPLES AT THE CONTRACTORS FACILITY FOR TWO YEARS
FOLLOWING FINAL REPORT SUBMISSION SHALL BE INCLUDED. Contract Line Item
Number (CLIN) One: The contractor shall perform benthic
macroinvertebrate analyses on 76 samples. Each sample shall be sieved
through a0.5 mm mesh sieve to separate all fauna of interest from
sample debris, such as sediment, detritus and shells or exoskeletons.
All fauna retained on the 0.5 mm sieve shall be sorted, identified,
enumerated and included as macrofauna by the contractor. The various
indices and other information described above shall be calculated for
each sample and included in the report. Contract Line Item (CLIN) Two:
The contractor shall perform taxonomic analyses for algal-periphyton
using the inverted microscope method. Diatom identification is to
include, if necessary, burn mounts of portions of samples to oxidize
organic matter. Seventy-six samples of algal-periphyton shall be
submitted for analysis. Samples shall be submitted in glass vials
containing Lugol's solution. All organisms are enumerated and
identified to species when possible using standard taxonomic
references. The indices described above shall be calculated for each
sample and included in the report. Contract Line Item (CLIN) Three: The
contractor shall enumerate and identify the zooplankton in 76 samples
preserved in formalin. The zooplankton are to be enumerated and
identified to species using standard taxonomic keys. The indices
described above shall be calculated and included in the report for each
sample. Offers will be evaluated using the following technical
capabilities criteria: 1.) QA/QC protocols; 2.) Demonstrate previous
experience with taxonomic analysis of near-coastal biota in Gulf of
Mexico; 3.) Proposed methodology; 4.) Experience with similar
size/scope projects; 5.) Past performance -- provide 3 references; and
6.) Report preparation and records management program. 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 the technical proposal and two copies of
the 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 June 24, 1999, 4:00 p.m. ET. Offers/bids received
after the exact time specified will not be considered. No telephonic or
faxed requests will be honored. Posted 06/09/99 (W-SN340783). (0160) Loren Data Corp. http://www.ld.com (SYN# 0004 19990611\A-0004.SOL)
A - Research and Development Index Page
|
|