Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926

Commander, 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