COMMERCE BUSINESS DAILY ISSUE OF MARCH 21, 2001 PSA #2812
SOLICITATIONS
B -- ANALYSIS OF CHLORINATED DIBENZO-P-DIOXINS(CDD'S) AND CHLORINATED DIBENZO FURANS (CDFS)
- Notice Date
- March 19, 2001
- Contracting Office
- U.S. Environmental Protection Agency, Superfund Procurement (3805R), Arielrios Building, 1200 Pennsylania Ave., NW, Washington, DC 20460-0001
- ZIP Code
- 20460-0001
- Solicitation Number
- PR-HQ-00-11943
- Point of Contact
- Robyn Zellars, Contract Specialist, 202-564-4503 or Barbara Stearrett, Contracting Officer, 202-564-4496
- E-Mail Address
- Click here to e-mail the Contract Specialist Robyn (zellars.robyn@epa.gov )
- Description
- This amends an earlier CBD announcement published on 10/5/00 as follows: The EPA has a requirement for the Analysis of Chlorinated Dibenzo-P-Dioxin (CDDs) and Chlorinated Dibenzo Furans (CDFs), hereafter referred to as Dioxin/Furan, in support of the Agency's mission under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of 1986 (SARA). Other USEPA Program Offices that have similar analytical data needs also use this service. The data generated through these services is used by USEPA for a variety of purposes such as: determining the nature and extent of contamination at a hazardous waste site; assessing priorities for response based on risks to human health and the environment; determining appropriate clean-up actions; and determining when remedial actions are complete. The data may be used in all stages in the investigation of hazardous waste sites, including: site inspections; Hazard Ranking System (HRS) scoring; remedial investigation/feasibility studies; remedial design; treatability studies; and removal actions. In addition, this service provides data that are available for use in Superfund enforcement/litigation activities. Because of the importance of the data, it is necessary for the Agency to establish special qualification requirements and for vendors to demonstrate their ability to meet the technical requirements prior to contract award. Three (3) QUALIFICATION REQUIREMENTS are applicable to this procurement: Standard Operating Procedure (SOP) Review; Performance Evaluation Sample (PES) Analysis; and, Laboratory Inspection. The SOP Review requires vendors to submit to the Contracting Officer a copy of each SOPs delineated in Exhibit E, Section 5.3 of the Statement of Work (SOW). The Agency will review the SOPs for sufficiency in accordance with Exhibit E, Section 5.2. Satisfactory SOPs are those, that for the most part, are: (a) written in the format described in Section 5.2, (b) describe in detail the operations outlined in Sections 5.3.1 through 5.3.12, (c) are written to reflect the laboratory's specific means of operation, i.e. a copy of sections of the SOW of other Agency documented methods that are pasted directly into an SOP will be determined to be unsatisfactory, and (d) demonstrate the laboratories capability to comply with all of the requirements of the SOW. Vendors determined to have submitted satisfactory SOPs will then be sent a Performance Evaluation Sample for analysis in accordance with the methods detailed in the SOW. Offerors will have 35 days to perform the analysis and report their findings to the Agency as described in the "Pre-Award Performance Evaluation Sample (PA-PES) Qualification Requirements" document. The last step in the qualification process, for those offerors that "pass" the PES stage, is an on-site laboratory audit performed by Agency personnel and their designees to determine the adequacy of the facilities, processes, and personnel in place for performance under the resultant contracts. OFFERORS MUST SUBMIT COPIES OF THE REQUIRED STANDARD OPERATING PROCEDURES TO THE CONTRACTING OFFICER BY CLOSE OF BUSINESS APRIL 3, 2001 in order to have sufficient time to complete all qualification requirements in time for contract award. The schedule for qualification requirement events is: (1) SOPs submitted by 4/03/01; (2) PA-PES sent to Laboratories 4/16-4/20/01; (3) PES Results due to EPA by 5/25/01; (4) On-Site Laboratory Audits 6/11-7/20/01; (5) Contract Awards by 8/17/01. All offerors meeting the special qualification requirements will receive a Requirements type contract. Work will be ordered via task orders which will be competed amongst the contract holders. These contracts will support the Agency's need for Dioxin/Furan analyses nation-wide. Each contract will have a maximum ordering potential of $5 Million over a three year ordering period, there will be no minimum guaranteed amount. It is anticipated that orders totaling approximately $1,500,000 will be placed each year. Information regarding this procurement, to include the pre-award qualification requirements, will be posted on the World Wide Web at http://www.epa.gov/oam/srpod as it becomes available. In an effort to streamline the procurement process and to utilize Internet and electronic communications to the maximum extent possible, the subject RFP, amendments and other related items for this procurement will be posted at this same web site. Offerors must download the RFP and related documents from the Internet, no printed copies will be available. Questions regarding the procurement may be e-mailed to the contracting officer, Barbara Stearrett, at stearrett.barbara@epamail.epa.gov Telephonic requests for information will not be honored. ALL QUESTIONS AND COMMENTS MUST BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICER. NO TELEPHONE REQUESTS FOR INFORMATION WILL BE HONORED.
- Web Link
- Click here for procurement information. (http://www.epa.gov/oam/srpod)
- Record
- Loren Data Corp. 20010321/BSOL009.HTM (W-078 SN50G6G9)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on March 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|