Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365

U. 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