Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303

U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711

A -- SURFACE WATER CHARACTERIZATION SOL Q20002 DUE 033199 POC Sya Mayes (919) 541 3416 WEB: click here for 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 Q20002 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 97-10. The Environmental Protection Agency (EPA) anticipates that the contract will be awarded as a 100% small business set-aside. A firm-fixed-price contract is anticipated to result from the award of this solicitation. The associated Standard Industrial Code (SIC) is 8734. This procurement is for the analysis of 80 surface water samples for organic and elemental contaminants. The samples will be collected from April 1999 through April 2001, and shipped to the Contractor for analysis. The successful contractor shall have demonstrated experience in the analysis of the analytes 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 contractor shall demonstrate the ability to meet the required method detection limits of the Programs above and shall also provide results of analysis of applicable reference materials in their technical proposal. The contractor shall also include in their proposal a written QA Management Plan equivalent to the EPA's requirement document (EPA QA/R-2: EPA Requirements for Quality Management Plans) and a written Quality Assurance Project Plan equivalent to the EPA's requirement document (EPA QA/R-5: EPA Requirements for Quality Assurance Project Plans (QAPP) for Environmental Data Operations (category 2)) for EPA's review and approval prior to the initiation of analyses. These reference documents can be located at HTTP://es.epa.gov/necrqa/qa/qa_docs.html. The QAPP shall describe in detail all chemical methods, including expected recovery of all analytes, and all standard operating procedures used in these analyses. The quality assurance and quality control criteria for these analyses shall meet those specified for the EMAP-Estuaries Program. The basic minimum criteria include the following quality control samples for a minimum for every 20 samples analyzed: (i) one laboratory method blank, (ii) one matrix spike, (iii) one matrix spike duplicate (spike concentration should be five to ten times the specified Method Detection Limit (MDL)), (iv) laboratory control reference materials (equivalent to a certified reference material), and (v) calibration curve. The mean percentage recovery and variance of all analytes of interest in a laboratory fortified matrix and standard reference materials shall be documented in the QA PP and reported in for each batch of samples. The contractor shall re-analyze (at no cost to the Government) the entire batch of samples if recovery results of the spike matrix are deemed unacceptable for the methods utilized. The contractor shall permit QA audit of laboratory and/or data entry procedures by an authorized agent of EPA at any time while conducting the analyses (given advance notification). Results shall be reported in an electronic form (ASCII). The contractor shall also provide a hard-copy output of data files 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. The report is to be submitted to the EPA Project Officer within 120 days after receipt of the samples. Any laboratory notes discussing problems encountered shall 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 the EPA. The contractor shall provide EPA with a quote on a per sample basis for each of the contract line items below, based on the number of samples projected for each line item. LINE ITEM ONE: The contractor shall perform trace metal analysis of 80 surface water samples. The metals to be analyzed are in Table 1 (see Tables). The preferred method to be used for analysis of arsenic, cadmium, chromium, copper, lead, nickel and selenium is Method 200.121 (USEPA 1992) for stabilized temperature graphite furnace atomic absorption. Mercury is to be analyzed following EPA Method 245.72 using cold vapor atomic fluorescence spectrophometry. All other metals are to be analyzed using EPA Method 200.8 (ICP-MS)3. 1EPA 1992. Method 200.12. Determination of trace elements in marine waters by stabilized temperature graphite furnace atomic absorption. EPA/600/R-92/121 Office of Research and Development. 2EPA 1994. Method 245.7. Determination of mercury by automated cold vapor atomic fluorescence spectrometry. EPA/600/R-94/111. Office of Research and Development. 3EPA 1994. Method 200.8. Determination of trace elements in water and wastes by inductively coupled plasma-mass spectrometry. EPA/600/R-94/111. Office of Research and Development. LINE ITEM TWO: The contractor shall perform analysis of TOC and other organic analytes (see Table 2) for 80 surface water samples. The MDL's should not exceed 4 ppb (PAHs), 10 ppb (organo chlorine pesticides) and 10 ppb (PCBs). The preferred method of analysis is that of the USEPA (1995). USEPA 1995. Test methods for evaluating solid waste. Sept 1995 update IIB. Line Item Number Three: The contractor shall perform nutrient analysis of 80 filtered water samples. The analytes appear below. The MDL should not exceed 0.06 ppm. The preferred methods of analysis are in the American Public Health Association et al. (1995). Ammonia -- Nitrogen Nitrate -- Nitrite -- Nitrogen Total Phosphate -- Phosphorus Orthophosphate -- Phosphorus Total Kjeldahl -- Nitrogen APHA, AWWA, WEF. 1995. Standard methods for the examination of water and wastewater. 15th ed., American Public Health Association, Washington. Offers will be evaluated using the following technical capabilities criteria: 1.) QA/QC protocols; 2.) Demonstrated experience with estuarine water analysis (organic and metal); 3.) Demonstrated previous analytical experience NS&T, EMAP, equivalent; 4.) Previous experience with TOC and nutrient analyses; 5.) Proposed methodology, expected MDLs; 6.) Experience with similar size/scope projects; 7.) Past performance -- provide 3 references; 8.) Report preparation and records management; and 9.) Adhering to deadlines. 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 two copies of technical propopals and one copy of cost proposal 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 March 31, 1999, 4:00 p.m. ET. Offers/bids received after the exact time specified will not be considered. No telephonic or faxed requests will be honored. Tables can be found at http://www.epa.gov/oam/rtp_cmd. Posted 03/12/99 (W-SN308246). (0071)

Loren Data Corp. http://www.ld.com (SYN# 0010 19990316\A-0010.SOL)


A - Research and Development Index Page