|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926Commander, U.S. Army Engineer Waterways Experiment Station, Corps of
Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 A -- ANALYSES OF AN ESTIMATED 500 SAMPLES SOL DACW39-97-R-0052 DUE
092297 POC Cathy Hill, Contract Specialist, (601) 634-2649 WEB:
Contracting Division Homepage, http://www.wes.army.mil/contract.htm.
E-MAIL: Cathy Hill, chill@ex1.wes.army.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in the Federal Acquisition (FAR), Subpart 12.6, as
supplemented with additional information included in this notice. This
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular (FAC) 90-46. This
announcement constitutes the ONLY solicitation. Solicitation No.
DACW39-97-R-0052 is issued as a Request For Proposal (RFP). SIC code
8734 is applicable to this procurement. It is intended that a
firm-fixed price Blanket Purchase Agreement (BPA) will be awarded as a
result of this solicitation. The period of service shall be for three
years with two one year options, the aggregate not-to-exceed five
years. RFP No. DACW39-97- R-0052 will open on 22 Sep 1997 at 1400
hours, CST. The Government is interested in the furnishing of services
for the analyses of an estimated 500 samples (100 samples each, for
each of the option years) for dioxin/furan by high resolution gas
chromatography/high resolution mass spectrometry (SW-846, Method 8290)
operating in the selected ion monitoring mode for the Drake Chemical
Cleanup Operation in Pennsylvania. Confirmation of positive results for
2,3,7,8TCDF is required. Samples will be submitted in batches. Average
batches to be analyzed can range from 40 to 50 samples; however the
Government reserves the right to have as few as one analyzed if the
requirement exists. Samples will consist primarily of moss bags and
ground moss, although some analysis of water, soil, tissue, or other
environmental media may also be required. Quality control data for all
blanks, duplicates, spikes and internal standards will be reported
with the analyses. Data shall be reported for 2,3,7,8-TCDD/TCDF and
total tetra through octa (Cl4-Cl8) dioxin and furan homologs as well as
an estimation of 2,3,7,8-substituted isomers. Laboratory must possess
Corps of Engineers Validation for Hazardous Toxic Radioactive Waste
(HTRW)Projects. It is the responsibility of the contractor (laboratory)
to run the laboratory blank samples with no significant contaminant
levels; therefore the laboratory should consider the probability of
reruns when responding to this solicitation, and if there is a charge
for rerunning samples, the offeror must so state it in his proposal and
factor this into his unit costs. The cost will be evaluated
accordingly. The contractor should be able to document acceptable (QC)
data for the various media. The Government reserves the right to
review such documentation and to conduct personal interview during the
evaluation process. The contractor must be readily available to meet
sample analysis throughput with a standard 30 day turnaround or a quick
turnaround of two weeks as individual projects require. The Government
reserves the right to make an award without discussion to the most
favorable initial proposal based on the following evaluation factors:
1. Technical/Capability. The Government is interested in certification
submission in the following areas: Qualifications and relevant
experience and expertise of personnel who will provide services
performing Method 8290 for dioxins and furans. Resumes detailing
experience, educational background of employees, and any other evidence
of pertinent capabilities must be submitted. Experience by the
contractor utilizing Method 8290 to analyze dioxin and furans; ability
to provide data packages with appropriate (QA)/QC data, including
confirmation of TCDF. Experience in a wide variety of environmental
media, meeting method QC requirements for accuracy, precision, method
detection limits and method blank contamination. 2. Past Performance.
Relevant experience by the laboratory to analyze dioxins and furans at
part per trillion levels in media such as water, sediment, soil, moss
bags, leaves, tissue, and traps. The offeror shall include recent and
relevant contracts for the same or similar items and other references
(including contract numbers, points of contact with telephone numbers
and references/recommendations from previous customers).
Technical/capability and past performance are more important than
price. 3. Price. Award will be made to the responsive and responsible
offeror whose proposal is determined to be most advantageous to the
Government. Although the overall cost to the Government will be
seriously considered, technical capability and past experience are of
greater importance. The contract could therefore be awarded to other
than the low offeror if it is determined to represent the greatest
value to the Government. The degree of importance of cost as a factor
could become greater depending upon the equality of the proposals for
other factors evaluated. Where competing proposals are determined to be
substantially equal, total cost and other cost factors could become the
controlling factor. The following FAR clauses are applicable to this
procurement: 52.212-1, Instructions to Offerors-Commercial Items;
52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror
Representations and Certifications-Commercial Items -- - (NOTE: A
completed copy of the provisions at 52.212-3 must be submitted with the
offer); 52.212-4, Contract Terms and Conditions-Commercial Items; and
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items; 52.217-9, Option to Extend the
Term of the Contract; and 52.217-5, Evaluation of Options. FAR
13.202(1) is applicable as an addenda to clause 52.212-4. Services for
this procurement may be proposed as follows: Line Item 0001 -- Base
Year, Description: Furnish analyses of samples, Estimated quantity:
500; Unit Price, ea. __ __ __ ____; Total Amount for Line Item 0001 __
__ __ ____; Line Item 0002, Option Year 1: Estimated quantity: 100;
Unit Price, ea. __ __ &llmdash;___; Total Amount for Line Item 0002 __
__ __ ___; Line Item 0003, Option Year 2: Estimated quantity 100; Unit
Price, ea. __ __ ____; Total Amount for Line Item 0003 __ __ __ ___.
Proposals are being requested and a written solicitation will not be
issued. All responsible sources may submit a proposal for the services
described in this synopsis/solicitation. For additional information
concerning this solicitation, you may contact Ms. Cathy Hill at
601-634-2649. (0248) Loren Data Corp. http://www.ld.com (SYN# 0005 19970909\A-0005.SOL)
A - Research and Development Index Page
|
|