Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2008 FBO #2487
SOLICITATION NOTICE

B -- RFQ-Statistical Technical Support

Notice Date
9/15/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, Environmental Protection Agency, Contracts Operation Management Office, 901 N. 5th Street, Kansas City, KS 66101
 
ZIP Code
66101
 
Solicitation Number
RFQ-WA-08-00016
 
Response Due
9/17/2008
 
Archive Date
10/17/2008
 
Point of Contact
Point of Contact, Leeanna Wilder, Purchasing Agent, Phone (913) 551-7161<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541620 MODIFICATION 1: Please email, fax or mail quotes to the following: Leeanna WilderEnvironmental Protection AgencyPLMG901 N. 5th StreetKansas City, KS 66101Phone: (913) 551-7161Fax: (913)551-9161 Statement of Work for Statistical Technical SupportLower Duwamish Waterway Superfund Site Solicitation number RFQ-WA-08-00016 is applicabable and is issued as a Reqeust for Quotation. This is a combined snynopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This solicitation is a Request for Quotations and NOT a Request for Proposals or an Invitation for Bid. Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. PURPOSE - The purpose of this request for quotation is to support the Remedial Investigation/Feasibility Study (RI/FS) at the Lower Duwamish Waterway Superfund site in Seattle, Washington. The contractor shall help develop new statistical methods for deriving cleanup levels using 95% Upper Confidence Levels (UCLs) that take into account how data associated with sampling locations are spatially distributed, for example, as derived from Inverse Distance Weighting algorithms. The contractor shall assist EPA in providing direction to Potentially Respsonsible Party (PRP_ consultants in deriving these UCLs and creating simulations to test the validity of the UCLs. The contractor shall review and provide recommendations on work products created by PRPs. BACKGROUND - The Lower Duwamish Waterway is a 5.5 mile portion of the Lower Duwamish River which flows into the Elliott Bay in Seattle, Washington. EPA added about five miles of the waterway to its list of Superfund cleanup sites in 2001. The contaminants in the waterway sediments include polycholorinated biphenyls (PCBs), plycyclic aromatic hydrocarbons (PAHs), arsenic and other metals, and dioxins/furans. Four potentially responsible parties (PRPs) are conducting a Remedial/Investigation Feasibility Study (RI/FS) under a 2000 Administrative Order on Consent with EPA and the Washington Department of Ecology. The PRP group, known as the Lower Duwamish Waterway Group (LDWG), completed a draft RI Report in November 2007. They are currently revising the draft RI Report and ware working with EPA and Ecology in a series of meetings and informal deliverables to define the scope of the FS. The PRPs have proposed use of 95% UCLs on spatially weighted averages as a means to address spatial bias in sampling in developing areas of potential concern to address cleanup goals developed as part of the human health and ecological risk assessments. The PRPs and their consultants have an interest in developing new statistical methods for deriving UCLs that take into account spatial bias, but lack the necessary expertise. Cleanup goals include both risk-based and background values. TASK 1: STATISTICAL TECHNICAL SUPPORT Expertised Required: The contractor shall have at least two years of experience in various approaches for computing spatially weighted 95% upper confidence limts (UCLs) that are based on Thiessen polygon or inverse distance weighting algorithms, conducting simulations to verify methods for computing spatially weighted 95% UCLs, and applying thse approaches in the context of Superfund risk assessment and/or feasibility study. The contractor shall provide resume(s) of qualified staff showing at least two years of relevant experience, along with examples of statistical analyses completed in the last three years showing examples of simulations that demonstrate the validity of methods applied to specific Supefund sites. The contractors shall assist EPA in providing their expert opinion and guidance to PRPs on the development and use of methods for computing 95% upper UCLs for specific Lower Duwamish Waterway (LDW) contaminant concentrations that consider the spatial distribution of contaminant concentrations. Method recommendations will consider the probability distribution of contaminant concentrations, the autocorrelations of contaminant concentration in two dimensional space, the area/exposure unit of concern, the sampling design utilized to determine post-remediation compliance, and the degrees of freedom assocated with post-remediation compliance monitoring sampling. The contractor shall provide expert opinion on development and application of simulation testing to verify that the method(s) selected provide true 95% UCLs, and on the development of approaches for comparing spatially weighted 95% UCL concentration values to cleanup levels that may be based on risk or background considerations. In addition, the contractor shall review and make recommendations on PRP deliverables showing calculations of spatially weighted 95% UCLs and simulations showing the validity of these values. Technical review and recommendations will be provided in the form of participation in telephone conferences and written recommendations on PRP deliverables. For pricing purposes, the job will include a total of 120 hours of participation in ten (10) telephone conferences, and review and provide written recommendations on three (3) submitted PRP documents, includig selected sections of the draft Feasibility Study, whiche is due to EPA in March 2009. No travel is anticipated. TASK 2: PROJECT SUBMITTALS Submittals will consist of brief written recommendations on PRP deliverables as well as invoices and Monthly Progress Reports which should be submitted monthly for the months when costs were expended. Period of Performance: September 29, 2008 - September 30, 2009. Although the exact schedule of this work is not known, we anticipate that work in Summer and Fall 2008 will consist of providing recommendatinos to EPA and the PRPs, then in Spring and Summer 2009, the contractor will be asked to review and provide reocmmendations on PRP work products. The selection resulting from this request for quotation will be made on the basis of lowest price technically acceptable and award will be made by unilateral Purchase Order, issued using Optional Form 347. Quotes must include the following:1) Price quote 2) Resume(s) of qualified staff showing at least two years of relevant experience3) Examples of statistical analyses completed in the last three years showing simulations that demonstrate the validity of methods applied to specific Superfund sites. Any quotes received that do not include the proper submittals will be deemed non-responsive. All quotes must include a Dunn and Bradstreet Number and Tax ID Number. In addition, all quoters must be actively registered in teh Central Contractors Registration database at www.ccr.gov. Telephone inquiries will NOT be accepted. Quotes MUST be emailed, mailed or faxed and are due on or before the RFQ close date/Response Date and time. No late submissions will be considered for any reason.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4d92e97d3db3333d9e8e689d91aaabc2&tab=core&_cview=1)
 
Record
SN01670564-W 20080917/080915220737-4d92e97d3db3333d9e8e689d91aaabc2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.