|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 A -- GULF ECOLOGY DIVISION ANALYTICAL SERVICES -- MARINE BIVALVE
TISSUE ANALYTES SOL QQ1404 DUE 072998 POC Sya Mayes (919) 541 3416 WEB:
click here for references/tables, http://www.epa.gov/oam/rtp_cmd.
E-MAIL: click here to contact the contract specialist via,
mayes.sya@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; QUOTES ARE
BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
solicitation number is QQ1404 and the solicitation is being issued as
a Request for Quote (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-03. 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. This procurement is for the analysis
of marine bivalve tissue samples for organic and elemental
contaminants. Samples were collected during the spring of 1998 for an
interagency agreement between National Oceanic and Atmospheric
Administration and the Environmental Protection Agency's (EPA) Program
to develop physiological bioindicators. These samples are currently
stored at the EPA laboratory located in Gulf Breeze, Florida. The
successful contractor must have experience in the analysis of these
analytes (see tables) in marine bivalves and shall employ methods
equivalent to those utilized by the National Status and Trends (NS&T)
Program under NOAA (National Oceanic and Atmospheric Administration) or
EPA's EMAP (Environmental Monitoring and Assessment Program). The
successful contractor shall demonstrate the ability to meet the
required method detection limits for these programs and shall also
provide applicable reference material results. Quality Assurance
Requirements: The contractor shall submit a copy of their Quality
Assurance/Quality Control protocols with their proposal. A Quality
Assurance/Quality Control (QA/QC) program shall be in place at the
contractor's laboratory, and shall address at a minimum the following
topics: accuracy and precision; calibration; detection limits; physical
processing of samples; analytical methods utilized; QA/QC samples,
including all acceptability criteria; and data reporting. The
contractor shall 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 EPA requires that quality
systems be established for all Agency work involving the acquisition of
environmental data. Such quality systems must comply with the American
National Standard ANSI/ASQC E4-1994, Specifications and Guidelines for
Quality Systems for Environmental Data Collection and Environmental
Technology Programs. Results shall be reported in an electronic format
using Lotus 1-2-3. A copy of the cover letter which accompanies the
results shall be sent to the EPA Project 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 also 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 and chromatograms, 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
cost estimate on a per sample basis for each of the line items 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 Gulf Breeze, Florida to the contractor's analytical facility. The
remaining tissue from each sample will be retained at the contractor's
facility for one year following final report submission or returned on
ice to EPA's Project Officer. ITEM 0001: The contractor shall perform
chemical analyses (metals, aromatic hydrocarbons, chlorinated
pesticides, polychlorinated biphenyls and organotins) on 21 marine
bivalve tissue samples. The analytes of interest and required levels of
detection are listed in Tables 1, 2 and 3. In addition, wet weight, dry
weight, % lipid, and digest weights shall be reported. Each sample will
consist of 20 bivalves, in shells, to be pooled. ITEM 0002: The
contractor shall perform chemical analyses on trace metal elements on
40 marine bivalve tissue samples. The analytes of interest and required
levels of detection are listed in Table 1. In addition, wet weight, dry
weight, % lipid, and digest weights shall be reported. Each bivalve
sample will consist of one animal in the shell. ITEM 0003: The
contractor shall perform chemical analyses on butyltins on 40 marine
bivalve tissue samples. The analytes of interest and required levels of
detection are listed below in Table 3. In addition, wet weight, dry
weight, % lipid, and digest weights shall be reported. Each bivalve
sample will consist of one animal in the shell. ITEM 0004: The
contractor shall perform chemical analyses on trace metal elements and
butyltins on 2 marine bivalve tissue samples. The analytes of interest
and required levels of detection are listed in Tables 1 and 3. In
addition, wet weight, dry weight, % lipid, and digest weights shall be
reported. Each bivalve sample will consist of twenty animals, in
shells, to be pooled. Results shall be reported to the EPA Project
Officer no later than 180 days after contract award. Deliverables for
analyses shall include: 1.) Date of homogenization or extraction and
analysis; 2.) Tabulated sample results using dry weight units, and
noting all other reporting units (e.g., dry, ng/g, etc.); 3.) Summary
of digestion and extraction procedures 4.) Detection limits,
quantification limits and percents of recovery; 5.) Quantification of
all analytes in method blanks and results for each batch of samples;
6.) Summary of results and control limits for all QC analyses performed
by the laboratory (spikes, duplicates, CRMs); 7.) Explanations for all
data qualifications; 8.) Reference analytical methods; 9.)
Explanations for all departures from the analytical protocols and
discussion of possible effects on the data. Proposals will be evaluated
using the following technical capabilities criteria: 1.) QA/QC
protocols, including plans for analyzing CRMs; 2.) Demonstrated
analytical experience in similar analyses (i.e. NS&T, EMAP, similar
programs); 3.) Demonstrated previous experience with marine bivalve
tissues; 4.) Proposed methodology to include demonstrated ability to
meet MDLs; 5.) Experience with butyltin analyses; 6.) Past performance
-- provide 3 references; 7.) Report preparation and records
management. Award will be made to the lowest priced offer meeting all
of the technical requirements. 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. Cost and technical information should
be submitted in separate proposals. Please submit three copies of
offers 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 July 29, 1998, 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/Tables can be found at
http://www.epa.gov/oam/rtp_cmd. Posted 07/10/98. (0191) Loren Data Corp. http://www.ld.com (SYN# 0004 19980714\A-0004.SOL)
A - Research and Development Index Page
|
|