SOLICITATION NOTICE
B -- Mercury Analysis Services
- Notice Date
- 3/22/2011
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-DC-11-00032
- Response Due
- 3/29/2011
- Archive Date
- 4/28/2011
- Point of Contact
- Michelle Croan
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Solicitation/Synopsis: Mercury Analysis Services The US Environmental Protection Agency's Tribal Air Monitoring Support (TAMS) Center is seeking the support from a small business to provide Mercury Analytical Services to EPA. The Government will award to the responsive, responsible firm, whose quotation is most advantageous to the Government, price and other factors considered. This is a best-value procurement. The Government may or may not award to the low price quotation. For this requirement, all evaluation factors other than price, when combined, are significantly more important than price. The Government will utilize the evaluation criteria identified below with all items of equal importance. Evaluation Factors 1. Technical Expertise - The Government will evaluate each offeror's technical approach and level of knowledge demonstrated, including an understanding of EPA's requirements as it pertains to the Statement of Work (SOW). At a minimum, the contract laboratory shall be able to fully implement Section 3 of the Mercury Deposition Network (MDN) Quality Assurance Plan (1997). 2. Experience with Similar Work - The Government will evaluate each offeror's experience performing projects of a similar size, scope, and complexity. Furthermore, direct (performing sample analysis for the network) or indirect (performing comparative analysis for quality assurance purposes) experience in working with the Mercury Deposition Network (MDN) shall bear special consideration. 3. Past Performance - The Government will evaluate each offeror's past performance of projects based upon customer satisfaction with the services provided on past or current projects. The offeror shall provide a representative historical list of contracts or orders from USEPA and/or other federal agencies for the purpose of evaluation. Please provide three (3) sources of past performance. 4. Key Personnel - The Government will evaluate the availability, and relevant experience, of the proposed personnel. As stated in the Statement Of Objective, the task will not be limited to analytical work. The offeror shall be capable of providing field instrumentation set-up and support. 5. Cost/Price - The Government will evaluate the total expected cost of performing this work. The offeror shall submit a firm fixed-price quote that is inclusive of all cost. Quote Submission Instructions Offerors shall submit a detailed project plan (not to exceed 3 pages), describing the Offeror's ability to satisfy the Government's requirement as set forth in the Statement of Work, including the labor classifications/technical expertise to accomplish each section of the Statement of Work. Additionally, each offeror shall identify up to three contracts, which have recently been performed (within the last 3 years), or are currently performing, which are similar in scope for services of this magnitude and complexity. The offeror shall provide the following information with respect to each of these contracts: *Contract number, contract type and dollar value*Date of contract award and period of performance*Name, address and telephone number of all applicable contract points of contact*Brief description of contract work, scope, and responsibilities In addition to considering past performance information provided in the offeror's submission, past performance evaluations may also be based on the offeror's supplied references, information obtained through federal performance tracking databases, and other information obtained by the Government from other sources. Offerors shall submit a firm, fixed-price quote, including indirect costs, other direct costs (ODCs), travel and any other applicable charges, providing a ceiling price for this requirement. Each offeror shall submit (1) one electronic copy to Michelle Croan, Contracting Officer, at croan.michelle@epamail.epa.gov and (1) one electronic copy to Henry Gerard, Project Officer at Gerard.henry@epamail.epa.gov. Due date for receipt of responses to this RFQ will be 9:00 AM Eastern Time, on March 29 2011. Prospective sources are reminded that an award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov). All questions shall be submitted to Michelle Croan, Contracting Officer, at croan.michelle@epa.gov. Late responses, received after the due date/time, will not be considered for award. It is the offerors responsibility to ensure that all documents and quotes are received by the due time and date listed above. STATEMENT OF OBJECTIVES MERCURY ANALYSIS SERVICES PROJECT OFFICER:Henry Gerard702-784-8268 PERIOD OF PERFORMANCE:The period of performance of this requirement shall be one (1) base year with four- (1) year option periods. BACKGROUND:The EPA Tribal Air Monitoring Support (TAMS) Center has recently obtained Mercury Deposition Samplers (MDS) for the purpose of supporting tribal environmental initiatives. The MDS systems require an analytical laboratory to perform set up procedures of the system when deployed to a new site and for training in the use of the samplers to local operators. Furthermore, the contract laboratory will need to process samples acquired by the EPA MDS following the National Atmospheric Deposition Program (NADP)/Mercury Deposition Network (MDN) protocols. Site locations will be chosen from Native American communities, with a preference to the more rural communities. The MDS systems are deployed at each site for a period of 52 weeks with 52 samples generated at each site. PURPOSE:The purpose of this document is to define the services and deliverables the NADP/MDN contracted laboratory will provide to EPA. A total of eight sites, each with a single MDS system, will be selected, with two sites done every year for a total of four years. Each of the eight sites with its single MDS system will require laboratory services as specified in section three "Scope of Work." PERFORMANCE OBJECTIVE:The Agency is seeking expert consultation from qualified scientists and experts in radiation matters. Merit shall be given to quotes which include consultation of experts such as past and/or present members of the National Academy of Sciences, the National Council or Radiation Protection and measurement, the Agency's Science Advisory Board, and/or other recognized independent technical advisory organizations. DELIVERABLESThe NADP/MDN Laboratory shall provide Mercury Analytical Services to EPA. EPA staff will deploy MDS systems to selected sites on tribal lands. Each site will generate 52 samples per site (1 sample/week/site for a period of 52 weeks), which will require laboratory analyses by the contract laboratory. In addition to the sample analysis, the laboratory shall provide all labor, equipment, tools, parts, materials, personnel, shipping (to and from the site) and transportation necessary to perform the following services to assure the validity and Quality Assurance of the generated data: 3.1 Mercury Deposition Network per Sample Service Summary - The contractor shall trace Metal Clean all MDN total Hg sampling train components according to MDN Standard Operating Procedures (SOP) - The contractor shall prepare special MDN shipping coolers - The contractor shall ship MDN glassware in shipping coolers to the selected sites. Shipping at no extra cost to and from the site. - The contractor shall provide a receipt of the weekly sample and final preservation with MDN samples received that will be included in the monthly deliverable. - The contractor shall process the MDN Field Form and Belfort Rain Gauge Chart received with sample. - Sample analysis for Total Hg shall follow the principles of US EPA Method 1631 (receipt/digestion/analysis). - The contractor shall provide MDN QA during analysis (system blank, continued calibration verification, analytical duplicate and analytical spike every 10 samples during the analytical run). - The contractor shall provide data QA verification. In addition, upon written request from the Project Officer, the contractor shall provide raw data with supporting QA/QC data for review within 5 business days. - Within the first two weeks of the new quarter, the contractor shall electronically submit Quarterly Reports (this includes graphing weekly precipitation volume, Hg concentration (ng/l) and Hg deposition (ng/m^2/week)). - The contractor shall apply MDN Quality Rating Codes to each sample data point, according to MDN protocols, which describe how well the sample conformed to the MDN Standards. - The contractor shall provide unlimited telephone technical support to the local Site Liaison (generally the tribal site operator) for help with site operations issues and equipment troubleshooting. - Field supplies shall be furnished at no additional charge. This includes but is not limited to: vinyl class 100 clean gloves, MDN Observer Sample Field Forms, Belfort Rain Gauge charts, Rain Gauge Pen Ink and Rain Gauge Event Recorder Pen Ink, - The contractor shall replace the following main sampler parts without charge if they break in the field: motor box, rain sensor, Teflon lid seal, Event Recorder and Air filter. 3.2 Field Equipment Set-Up: After a site has been identified for wet deposition collectors, power has been provided to the site and all the necessary platforms and basics for the equipment have been put in place, representatives from the laboratory will come to the site and install the equipment, run checks and perform test. 3.3 Other Equipment Services: The contract laboratory shall service/refurbish the Belfort Rain gauges owned by the TAMS Center. The service shall include clean-up, calibration and testing to ensure that the rain gauge is functional. If necessary, the contractor shall loan the EPA selected sites Belfort Rain gauges to commence its sampling. In addition, the contract laboratory shall provide, at no extra cost, an event recorder, trickle charger, battery and conduit/ER line to provide all the needed connection between the rain gauge and the NCON collector. The contractor shall ship the rain gauge to the chosen sites at no additional cost to the EPA TAMS Center. 3.4 MDN Sample Equipment Replacement Parts: The laboratory will cover replacement parts resulting from wear and tear and other reasonable cause during this period. 3.5 Deliverables: The contract laboratory shall provide EPA TAMS Project Officer a monthly report for each site in electronic form. The monthly report shall be submitted on or before the 10th calendar day of the month after the reporting period. At a minimum, the monthly report shall contain the following; - Sample Traffic- Custody information, collection period & Shipping information- Analytical Information- Date of analysis, QA information & Results.- Activity Summary- A brief summary of the monthly activity which may include issues, troubleshooting and site-laboratory correspondence.- Other Information- the laboratory will provide other pertinent information to the site liaison and the USEPA/TAMS to help assess the viability of the site, data generated and program structure The combined solicitation/synopsis, provisions and clauses for this solicitation can be found at the following: http://www.epa.gov/oamhpod1/admin_placement/1100032/index.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-11-00032/listing.html)
- Record
- SN02406773-W 20110324/110322234735-4a41479e185e3db0c5d33f569df6fa60 (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 |