SOLICITATION NOTICE
B -- Support for Shipboard Ballast Samples
- Notice Date
- 5/13/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Oar Service Center, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-05-00280
- Response Due
- 5/30/2005
- Archive Date
- 6/30/2005
- Description
- NAICS Code: 541620 EPA intends to award a sole source procurement on or about May 31, 2005 to Scott Smith/Washington Department of Fish and Wildlife pursuant to 41 U.S.C. 253(c)(1):--Only one responsible source and no other supplies or services will satisfy agency requirements. The U.S. EPA's Office of Research and Development (ORD), National Exposure Research Laboratory has a need for technical support to conduct ship-board collection of aggregate ballast samples from coast-wise and intercontinental ship traffic. This action provides for the collection of aggregate (water and/or sediment) ballast samples taken from ship traffic off the coast of Washington State. The work encompassed by this task will directly support the 2005-2006 Region 10/ORD Regional Applied Research Effort (RARE) project entitled, "Regional transport and secondary spread of invasive species across Pacific estuaries". The task shall support project phase #2: Targeted screening for NIS in ballast water. The task shall also support project phase #1: Community-wide comparison of invasion pathways across Pacific estuaries. The contractor shall conduct repeated sampling of commercial ships' ballast tanks to support targeted screening for invasive species of concern. This shall involve acquiring permission to board ships and access the ships' ballast tanks. For coast-wise sampling, depending on the availability of accessible ships, sampling may be restricted to one or several "repeater" ships that traffic the west coast along assigned routes on a regular schedule. Sampling of non-repeater and repeater ships shall be restricted to ships routed between ports in Oregon and California, but particularly from San Francisco Bay, and ports located in Washington State (ie. Puget Sound, Columbia River). Ballast sampling shall be completed during the period after which ballast tanks have been filled and before tanks have been exchanged en route to the receiving ports. Therefore, sampling may be performed when a ship is in port close to departure, during the ship's journey between ports, or before a ship has dropped ballast prior to completion of a route. The majority of coast-wise ship sampling shall focus on ships originating from San Francisco Bay, however additional sampling of ballast in ships originating from other California ports and ports in Oregon shall also be included, since it would enable further evaluation of cross-fertilization rates between port localities. The contractor shall sample as many intercontinental ships as is feasible within the confines of cost and scheduling. For sampling intercontinental ship traffic, depending on the availability of accessible ships, sampling may be restricted to ships with which the contractor has prior arrangements to perform ship-board sampling. Sampling of multiple ships, or multiple sampling of a single repeater ship, shall correspond to a timeline structured around standard commercial shipping calendars. However, sampling shall also reflect biological cycles of importance, for example, the seasonality of reproductive cycles of species of concern to enable comparisons of ballast content before, during, and after peak reproduction events. All ballast samples shall be taken following a standard protocol for zooplankton collection, and stored in ethanol in a non-breakable and re-sealable container. All ballast samples shall be shipped to the US EPA. Shipping of samples shall be expedited (e.g. next-day delivery) and must follow standard requirements for transport of hazardous chemicals. No Request for Quotation is available and this notice of intent is not a request for competitive quotations. All responsible sources may respond by submitting a written narrative statement of capability within 15 days of this notice to Otelia Newsome at the above address for consideration by the Agency. Responses must include detailed technical information and other technical literature demonstrating the ability to meet these requirements. Responses shall also include itemized pricing that is sufficient to make a determination that competition is feasible. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days of this notice to determine whether a qualified source is more advantageous to the government, a purchase order will be placed with Scott Smith/Washington Department of Fish and Wildlife. See Numbered Note(s): 22.
- Record
- SN00807167-W 20050515/050513212456 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |