|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 28,1997 PSA#1981U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 A -- MID-ATLANTIC INTEGRATED ASSESSMENT BENTHIC SERVICES SOL
PR-NC-98-10084 DUE 121097 POC Sya Mayes (919) 541 3416 WEB: click here
for references, http://www.epa.gov/oam/rtp_cmd. E-MAIL: click here to
contact the contract specialist via e-mail, mayes.sya@epamail.epa.gov.
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED
IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH
ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is
PR-NC-98-10084 and the solicitation is being issued as a Request for
Proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-02. The Environmental Protection Agency (EPA) anticipates that the
contract will be awarded as a result of full and open competition. A
firm-fixed-price contract is anticipated to result from the award of
this solicitation. The contractor shall conduct macrobenthic community
analyses on each sediment sample collected during July-September 1997
from the MAIA Estuarine Monitoring Program. These analyses require the
measurement of the species composition, abundance, and biomass of
macroinvertebrate fauna found in the sediments. Approximately 400
samples have been collected by contractor, EPA, NOAA, CBP, or other
collaborators, except for the biomass samples which are double that
number. The samples were sieved in the field through 0.5 mm sieves, and
are in pre-labeled jars and preserved in a formalin, Rose
Bengal-stained buffered solution at the EPA laboratory in Narragansett,
RI. The contractor shall be responsible for transferring the samples
from that facility to the contractor's facility. Basic sample
processing steps include sieving, sorting, and species identification
and enumeration. The vendor is required to submit a copy of their
Quality Assurance/Quality Control protocols to the EPA Project Officer
prior to the analysis of samples. The contractor must permit a QA
audit of laboratory and/or data entry procedures by an authorized agent
of EPA at any time during the conduct of analyses (given advance
notification). The successful vendor must have experience in the
conduct of these analyses on freshwater and marine samples and shall
employ methods equivalent to those utilized by EPA's EMAP
(Environmental Monitoring and Assessment Program). Results shall be
reported in an electronic format detailed in the MAIA-Estuaries Data
Format Manual (see references). A copy of the cover letter which
accompanies the results shall be sent to the EPA Contracting Officer.
The contractor shall also provide a hard-copy output of data files
(i.e. spreadsheets) for the purpose of quality assurance. A written
report detailing the methods used and the results of QA measures shall
be provided by the contractor. Any laboratory notes discussing
problems encountered must be included as an appendix to this report.
Original records, such as laboratory notebooks, shall be retained for
at least three years following final report submission, as they may be
requested to be sent to EPA. The contractor shall provide EPA with a
price on a per sample basis for each of the contract line items found
below, based on the number of samples projected for each line item and
including the cost of the contractor picking up or shipping the
samples from Narragansett to the contractor's facility. Costs for the
retention of samples at the contractor's facility for two years
following final report submission shall be included. ITEM 0001: The
contractor shall perform benthic macroinvertebrate analyses on
approximately 400 sediment samples. Samples exhibit a range of
salinities from freshwater to full seawater. Each sample has been
sieved through a 0.5 mm mesh sieve to separate all fauna of interest
from sample debris, such as sediment, detritus and shells or
exoskeletons. All fauna retained on the 0.5 mm sieve shall be sorted,
identified, enumerated and included as macrofauna by the contractor. At
a minimum, taxonomic codes for each species present and abundance shall
be reported, in addition to related Quality Assurance (QA) data.
Species codes will be provided by EPA within ten days of contract
award. Methods for the conduct of these measurements must be compatible
with methods used for the EMAP-Estuaries Program (see references).
Methods utilized by the contractor must meet the measurement quality
objective of 10% total error for the extraction of organisms from
sediments and 10% total error for the identification and enumeration of
extracted fauna. Within ten days of contract award, the samples will be
prioritized and analyzed in an order agreed upon by the vendor and EPA
Project Officer. Results of the high priority analyses (n= approx 200)
shall be reported to the EPA contract officer no later than 90 days
after contract award, while the remainder shall be due 150 days after
contract award. ITEM 0002: The contractor shall perform macrofaunal
biomass analyses on up to 800 marine sediment samples. Biomass
measurements shall not be made until all specimens in a sample have
been properly identified. Samples for biomass measurement may be
performed on samples from Line Item Number One, and on samples sorted,
identified and enumerated by another party and provided to the
contractor by EPA. Methods contained in the EMAP-Estuaries Laboratory
Methods Manual (see references), or, preferably, those utilized by the
Chesapeake Bay Program (see references), shall be followed.
Soft-bodied organisms (e.g.,amphipods and polychaetes) shall be dried
and weighed immediately after identification, while hard-bodied
organisms (e.g., bivalves, gastropods and echinoderms) shall be
acidified prior to drying and weighing. Biomass shall be individually
determined for the most dominant macrofaunal species or group of
species (e.g., amphipods, bivalves, and polychaetes). Previous
experience in conducting these analyses in marine and freshwater
sediments is required. A Quality Assurance/Quality Control (QA/QC)
program shall be in place at the vendor laboratory, and shall address,
at a minimum, the following topics: replicates; sorting efficiency;
reidentification and enumeration; balance calibration and precision;
physical processing of samples; analytical methods utilized; QA/QC
samples; and data reporting. Details on QA/QC for a similar scope
project are available in the EMAP Estuaries Quality Assurance Project
Plan (see references). At the time of contract award, the samples will
be prioritized and analyzed in an order agreed upon by the vendor and
EPA Project Officer. Results for the priority samples (small system,
intensive sites, n=approx 200) shall be reported to the EPA Project
Officer no later than 90 days after contract award, while the remainder
shall be due no later than 150 days after contract award. The following
FAR provisions apply to this solicitation: 52.212-1,
Evaluation-Instructions to Offerors-Commercial; 52.212-2,
Evaluation-Commercial Item. Evaluation criteria to be included in
paragraph (a) of provision 52.212-2 are as follows: (i) technical
capability to meet the Government requirements; (ii) past performance;
(iii) price, in decreasing order of importance. Technical and past
performance, when combined, are significantly more important than
price. All offerors are to include with their offers a completed copy
of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items. The following FAR clause applies to
this acquisition: 52.212-4, Contract Terms and Conditions-Commercial
Items. The following additional FAR clauses which are cited in clauses
52.212-5 are applicable to the acquisition: 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I; 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14,
Limitation on Subcontracting; 52.222-26, Equal Opportunity, 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36 Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era; 52.225-3, Buy American Act -- Supplies; 52.222-41, Service
Contract Act of 1965, As Amended. All bids/offers should be submitted
to Sya M Mayes, Contract Specialist, U.S. Environmental Protection
Agency, MD-33, Research Triangle Park, NC 27711. Courier Delivery
Address is: U.S. Environmental Protection Agency,
Receptionist-Administration Bldg. Lobby, Attn.: Sya M. Mayes, 79
Alexander Drive, Research Triangle Park, NC 27709. All offers are due
by December 10, 1997, 4:30 p.m. EST. Offers/bids received after the
exact time specified will not be considered. No telephonic or faxed
requests will be honored. References can be found at
http://www.epa.gov/oam/rtp_cmd. (0329) Loren Data Corp. http://www.ld.com (SYN# 0008 19971128\A-0008.SOL)
A - Research and Development Index Page
|
|