Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOURCES SOUGHT

B -- SOM01.2 Organic Chemical Analyses

Notice Date
7/23/2009
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Ave, N.W. Elizabeth Fuller MC-3805R Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-09-12542
 
Response Due
8/7/2009
 
Archive Date
9/6/2009
 
Point of Contact
ELIZABETH E. FULLER, Contract Specialist, Phone: 202-564-2276, E-Mail: fuller.elizabeth@epa.gov<br />
 
E-Mail Address
ELIZABETH E. FULLER
(fuller.elizabeth@epa.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The United States Environmental Protection Agency (USEPA) Office of Acquisition Management (OAM) is conducting market research in accordance with the requirements of FAR Part 10 for information in developing a preliminary acquisition strategy for meeting its Contract Laboratory Program (CLP) Organic and Inorganic Analyses needs. This request for information is for market research only. It is not a solicitation or a commitment by USEPA to contract for services identified herein. The Government will not pay respondents for information in response to this market research. This request for information and the information collected will not restrict the Government as to its ultimate acquisition approach. PURPOSE/GENERAL INFORMATION: The CLP regularly solicits and awards contracts separately for Organic Sample Analysis and Inorganic Sample Analysis. The program value for organic and inorganic sample analysis is between approximately $10 and $15 million per year. The contracts are Firm-Fixed Price (FFP) IDIQ with multiple 12-month Option Periods. The contracts fall under the North American Industry Classification System (NAICS) code 541380 and the Standard Industrial Classification (SIC) code is 8734 with a Small Business Administration defined size standard of $12.0 Million. The objective of this request for information is to gather information from industry in order to tailor the Government?s approach to acquiring necessary analyses in accordance with customary industry practices and to identify: small; small disadvantaged; women-owned; 8(a); HUBZone and service disabled veteran-owned business concerns that possess the necessary technical capabilities to provide data analysis. BACKGROUND/DESCRIPTION: Full information regarding the CLP, as well as Statements of Work (SOWs), can be found at the following address: http://www.epa.gov/superfund/programs/clp/. The Inorganic Program currently operates under the ILM05.4 SOW and plans to implement the ISM01.0 SOW in the future. ILM05.4 SOW defines the analytical methods accepted by the CLP for the isolation, detection, and quantitative measurement of 23 target analyte metals (including mercury) and cyanide in both water and soil/sediment environmental samples. Analyses are performed using Inductively Coupled Plasma-Atomic Emission Spectroscopy (ICP-AES), Inductively Coupled Plasma-Mass Spectrometry (ICP-MS), Cold Vapor Atomic Absorption (CVAA), and colorimetric techniques. The Organic Program currently operates under the SOM01.2 SOW. SOM1.2 SOW defines the analytical methods accepted by the CLP for the isolation, detection, and quantitative measurement of 52 volatile, 67 semivolatile, 21 pesticide, and 9 Aroclor target compounds in water and soil/sediment samples. The analytical service provides the methods to be used, and the specific contractual requirements by which USEPA will evaluate the data. This service uses Gas Chromatograph/Mass Spectrometer (GC/MS) and Gas Chromatograph/Electron Capture Detector (GC/ECD) methods to analyze the target compounds. INSTRUCTIONS: Interested concerns who believe they have the capability of providing the required services as defined in the SOM01.2 SOW are invited to submit answers and a Capabilities Statement. Any information submitted by respondents to this request for information is strictly voluntary. The Government will not pay for any information submitted. Interested laboratories are requested to submit answers to the questions below. Laboratories may choose to answer all or some of the questions; all responses will be kept confidential. All information received will be evaluated with the objective of finding an appropriate balance between the risk undertaken by the contractor and the Government?s need for consistency and quality. The deadline for responses is August 7, 2008. Answers may be submitted in the body of an email or as an attachment to fuller.elizabeth@epa.gov. Answers may also be mailed to the address below: US EPA Ariel Rios Building Attn: Elizabeth Fuller, Mail Code 3805R 1200 Pennsylvania Avenue, NW Washington, DC 20460 Documentation required to be submitted during the sources sought by each laboratory for evaluation by the US EPA include answers to questions 1-15 and a Capability Statement as detailed below. Q1. What is your business size under NAICS code 541380? Q2. Does your laboratory have the ability to analyze organic, inorganic, or both types of samples? Q3. Has the laboratory ever participated in the CLP? Provide dates and the SOW, if applicable. Q4. Does the laboratory use the CLP SOWs as part of its regular commercial practice? Q5. Is the laboratory familiar with the Staged Electronic Data Deliverable (SEDD)? Does the laboratory currently deliver any of the stages? Which stages? Q6. Are the required SEDD deliverables too complicated? Q7. Would it be burdensome on the laboratory to provide deliverables under more than one stage (e.g., 2a, 2b, and/or 3) under the same contract? Q8. What is the laboratory?s willingness/ability to perform quick turnarounds for preliminary data (e.g., 48 hours, 72 hours)? Q9. Would a disincentive policy be a deterrent from entering the program? Q10. Is the process of bidding on a contract too difficult (i.e., paperwork, initial cost, confusing instructions, etc.)? Q11. Are sample capacities of approximately 2500 units per month too low/high? Q12. How do you perceive a partial small business set-aside? Q13. Based on what you know about the current program, would your laboratory be likely to submit a proposal for a contract? Please elaborate why or why not. Q14. Please provide any additional information. Q15. May we contact you regarding your responses for clarification and elaboration? CAPABILITY STATEMENT REQUEST:To evaluate the potential number of laboratories capable of adequately performing under the SOW, a thorough review of laboratory Capability Statements will be made. Laboratories responding to this sources sought synopsis are requested to provide the US EPA all the appropriate documentation that would assure the US EPA that for any possible future contract(s) with the CLP, the laboratory will be able to: (1) Adhere to a written QAP containing the elements described under Exhibit E, Section 5 of the SOW; (2) Adhere to Standard of Operating Procedures (SOPs) containing the elements described under Exhibit E, Section 6 of the SOW; (3) Adhere to the analytical methods detailed in Exhibit D and associated Quality Control (QC) requirements specified in Exhibit E of the SOW; (4) Verify and document analytical standards and retain documentation of the purity of neat materials, as well as the purity and accuracy of solutions obtained from private chemical supply houses; (5) Submit all raw data and required documentation for Regional review; (6) Submit results of all analyzed laboratory evaluation samples, including adherence to corrective action procedures; (7) Submit, upon request, instrument data tapes and applicable documentation for tape audits, including a copy of the Sample Data Package; (8) Submit on-site laboratory evaluations and adhere to corrective action procedures; and (9) Submit all original documentation generated during sample analyses for US EPA review. CAPABILITIES STATEMENT MANUAL. The laboratory shall submit a written capabilities statement detailing the following: a. Organizational chart listing key personnel, including section managers, analysts, sample receiving personnel, Quality Assurance (QA) staff, and Information Technology ( IT) personnel that would participate in the performance of a contract under the SOW, and a copy of the job description and/or other documentation outlining the duties and responsibilities of the laboratory Quality Assurance Manager. Include sufficient information to assure the laboratory?s capability of analyzing, at a minimum, 1600 units per month (a unit consists of an individual GC/MS or GC/ECD analysis). b. Inventory of key instrumentation to be used in the performance of the SOW, not including laboratory consumables and glassware. Sufficient information should be included to assure the laboratory?s capability of analyzing, at a minimum, 2500 units per month (a unit consists of an individual GC/MS or GC/ECD analysis). c. Inventory of IT equipment and systems to be used in the generation and submission of electronic data as required inExhibit H of the SOW. d. Copies of current State or Federal certifications, if applicable. e. Copies of two most current Performance Evaluation Sample evaluations (US EPA sponsored WP, WS, CLP, or other) performed by the laboratory. Additional Info: The Environmental Protection Agency Contracting Office Address: Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460 Point of Contact(s): Elizabeth E. Fuller, Contract Specialist, Phone: 202-564-2276, E-Mail: fuller.elizabeth@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/PR-HQ-09-12542/listing.html)
 
Record
SN01885950-W 20090725/090724001207-c9f8eeef38526c47508ecb128b67e480 (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.