Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,2000 PSA#2659

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

B -- LABORATORY SERVICES FOR PROCESSING BENTHIC MACROINVERTEBRATE SAMPLES COLLECTED FROM WESTERN RIVERS AND STREAMS SOL XMW071 POC Ramona G. Evans, Contract Specialist (919/541-4749) 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, evans.ramona@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 XMW071, and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The associated Standard Industrial Classification (SIC) code is 8731 which has a size standard of 500 employees to qualify as a small business. THIS SOLICITATION IS A 100% SMALL BUSINESS SET-ASIDE. A firm-fixed-price purchase order with a Base period (from date of award through 03/31/2001) and three 1-year optional periods (from April through March of the following year) is anticipated to result from the award of this solicitation. This procurement requires the contractor to perform laboratory services for processing benthic macroinvertebrate samples collected from western streams and rivers. The Statement of Work and other documents related to this procurement can be found at EPA's web site at the following address: http://www.epa.gov/oam/rtp_cmd/ . A range of 400-600, with a Not to Exceed Maximum of 800 samples, is anticipated to be provided each contract period. The offeror is required to submit as a part of the contract proposal a copy of its own company's Quality Assurance/ Quality Control Plan. The contractor shall provide EPA with a price estimate on a per sample basis based on the number of samples projected. 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 outlined in detail at EPA's web site at the following address: http://www.epa.gov/oam/rtp_cmd/ . The evaluation criteria include the following: (i) TECHNICAL CAPABILITIES CRITERIA: 1.) Qualifications and Demonstrated Ability of Personnel; (a) Offerors shall include in their proposals the qualifications and demonstrated abilities of the individuals proposed; (b) Ability to meet the requirement for completion of processing samples by March 31 of the year following receipt of samples by September 30; (c) Ability to report results in spreadsheet format as specified in this solicitation; 2.) Knowledge and Approach to the Statement of Work: (a) In responding to this solicitation, each offeror's proposal must demonstrate a full and complete understanding of the requirements of the Statement of Work. The offeror's understanding must include identification of the types of problems that are likely to occur during performance and demonstration of how it proposes to overcome problems to accomplish the work. (b) As part of its proposal, the contractor shall outline and describe its procedure for solving a specified problem (see details in theevaluation criteria posted at EPA's web site); 3.) Contractor Experience: Offerors will be evaluated on their experience in the identification, counting and vouchering of benthic aquatic macroinvertebrates collected in western U.S. rivers and streams. Offerors shall include at least the following: (a) Years of processing samples; (b) Number and expertise of taxonomists on staff; (c) Outside taxonomists used for consultation; (d) Number of samples currently processed per year; 4.) Quality Assurance/Quality Control: (a) An EPA approved quality assurance project plan that demonstrates how the contractor will document the accuracy and precision of counts and taxonomic identifications will be required within 30 days of contract award. As part of the contract proposal, the offeror shall submit an electronic version of its own company's "Quality Assurance/ Quality Control" Manual or Plan that is used to assure the integrity of its data, particularly relative to the specific needs EPA has for documenting the resultsof their QA to meet the quality objectives specified in the sections on SAMPLE PROCESSING and QUALITY ASSURANCE/QUALITY CONTROL of the Statement of Work [see also section (b) below]; this document shall be in a Microsoft Word or Corel WordPerfect format; (b) As part of its proposal, the contractor shall describe procedures by which the following Performance Objectives will be achieved: (1) Sample Processing: Subsampling and sorting procedures shall be controlled and evaluated so that no more than 10% variation in taxonomic lists and counts is introduced; (2) Taxonomy: The offeror shall randomly review the taxonomic identifications of 10% of the samples weekly using a separate taxonomist. Due to diversity of samples, uncertain taxa shall be sent to one or more outside experts for confirmation; (3) The first 50 samples shall be treated as follows. For each of the samples, preserve each taxon separately in a vial with 70% ethanol, along with taxon name and sample identification. The set of vials shall be sent to outside experts from a list of outside experts submitted by the contractor with its proposal (approved by EPA at time of award), for verification of taxonomy; (4) The contractor shall assure that data entry is correct; 5.) Offerors shall submit a list of proposed published taxonomic references to be used; (ii) PAST PERFORMANCE: Offerors shall submit a list of 3 "customers" (provide company name, address, specific individuals to contact and phone numbers) who can verify the offeror's past performance in accomplishing similar tasks. Past performance will be evaluated as follows: 1.) quality of product or service; 2.) timeliness of performance -- ability to adhere to deadlines; and 3.) overall customer satisfaction; and (iii) PRICE in decreasing order of importance. Technical capability and past performance when combined are significantly more important than price. Award will be made to the offeror whose offer represents the best value to the Government considering all the criteria referenced above. As offers become more equal in their technical merit, the evaluated price becomes more important. 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; 52.222-21, Prohibition of Segregated Facilities; 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; 52.225-19, 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); and 52.222-41, Service Contract Act of 1965, As Amended. Any applicable wage determination(s) will be made a part of the resultant purchase order. Price and technical information should be submitted in separate proposals. It is requested that the completed Representations and Certifications be included with the price proposal. Offerors are asked not to phone the contract specialist with questions. Technical questions are to be forwarded via email to the Contract Specialist at the following email address: evans.ramona@epa.gov . Offerors should frequently go to EPA's web site ( http://www.epa.gov/oam/rtp_cmd/ ) and click on this Request for Quotation, to check the status of this procurement and to ascertain if any amendments have been issued addressing technical questions and/or extending the due date for receipt of offers. The Contract Specialist will also try to notify any offerors who have emailed her expressing an interest in the solicitation when and if amendments have been posted to the web site (see email address above); however, it is each offeror's responsibility to frequently check this site for an updated status of the procurement and for any amendments that have been issued. Please submit two copies of the technical proposal and two copies of the price proposal to Ramona G. Evans, 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: Ramona G. Evans (MD-33), 79 T.W. Alexander Drive, Research Triangle Park, NC 27709. All offers are due by August 22, 2000, 3:30 p.m. ET. No telephonic or faxed requests or offers will be honored. See Numbered Note 1. Posted 08/04/00 (W-SN482738). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0012 20000808\B-0005.SOL)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |


Created on August 5, 2000 by Loren Data Corp. -- info@ld.com