|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1999 PSA#2409U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 B -- SURFACE WATER AND TISSUE RESIDUE CHARACTERIZATION SOL XQ8109 DUE
083199 POC Marsha B. Johnson, Contract Specialist (919) 541-0952 or
Ramona G. Evans, Contracting Officer (919) 541-4749 WEB: Click here to
visit the site that has information about,
http://www.epa.gov/oam/rtp_cmd. E-MAIL: Click here to contact the
Contract Specialist via, johnson.marsha@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 XQ8109, and
the solicitation is being issued as a Request for Quotation (RFQ). The
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-11. The
Environmental Protection Agency (EPA) anticipates that the contract
will be awarded as a result of full and open competition. A
firm-fixed-price purchase order is anticipated to result from the award
of this solicitation. The EPA reserves the right to award multiple
orders. The associated Standard Industrial Classification (SIC) code is
8731. This procurement is for the analysis for up to 60 (minimum = 36)
samples for organic and elemental contaminants. The first allotment
will involve the analysis of 18 water and 18 oyster tissue samples for
a total of 36 samples that will be shipped to the contractor at
start-up. The remaining 24 samples will be ordered at the discretion of
the Government between October 1999 through September 2000. It is
anticipated that each additional shipment of samples to be analyzed
will consist of 3 water and 3 oyster tissue samples for a total of six
(6) samples per quarter. 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). Prior to contract award, 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. The contractor shall provide 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/ncerqa/qa/qa_docs.html. The QAPP shall describe in
detail all chemical methods, including expected percentage recovery of
all analytes in each matrix, and all standard operating procedures
used in these analyses. The quality assurance and quality control
criteria for these analyses shall be stated in the QAPP and meet those
specified for the EMAP-Estuaries Program. The basic minimum criteria
include the following quality control samples for each set of samples
analyzed or for a minimum of every 20 samples analyzed: (I) one
laboratory method blank, (ii) one matrix spike, (iii) one matrix spike
duplicate (spike concentration shall 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 (Microsoft Excel or Lotus 123). The contractor shall
also provide a hard-copy output of data files (i.e., spreadsheets) and
chromatograms of standards and sample analyses 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 (for
each set of samples analyzed). The report for the initial set of 30
samples is to be submitted to the EPA Project Officer within 120 days
after receipt of the samples. This initial report shall include a
quality control chart of all detectable observations that occur with
plots of mean 3 standard deviations (SD) for each detectable substance
(section 1020 B.7.a of ASTM Standard Methods for the Examination of
Water and Wastewater, 1992). Analyses shall be verified by repeat
performance for any sample that generated results above the upper 3 SD
quality control range. Reports for each quarterly set of three oyster
and three water samples shall be submitted to the EPA Project Officer
within 45 days after receipt of samples. Detectable results shall be
added to the control charts with each monthly set of data being
calculated into the mean and 3 SD determinations. Updated charts shall
be submitted with each report. Observances outside of the 3 SD ranges
will be noted in a summary section. Samples shall be retained for 90
days following analysis. EPA Project Officer shall notify contractor
within 90 days of receipt of report if any analyses are to be repeated.
Any laboratory notes discussing problems encountered shall be included
as an appendix to each report. Original records, such as laboratory
notebooks and chromatograms, shall be retained for at least five years
following final report submission, as they will be requested to be
sent to the EPA. The contractor shall provide EPA with a cost estimate
for the minimum number of samples projected on a per sample basis for
each of the contract line items below. An additional cost estimate
shall be provided on a per sample basis for batches of 6 samples up to
the projected maximum number of samples. These additional samples will
be batched and funded separately from the base number. Ordering the
optional quantities is at the sole discretion of EPA. Contract Line
Item Number (CLIN) One: The contractor shall perform metal analysis of
30 surface water samples (18 samples in September 1999 followed by 12
additional samples through September 2000) for organic and elemental
contaminants. The metals that shall be analyzed and detection limits
are in Table 1. 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 shall be analyzed following EPA Method 245.72 using
cold vapor atomic fluorescence spectrophotometry. All other metals
shall be analyzed using EPA Method 200.8 (ICP-MS)3. Contract Line Item
Number (CLIN) Two: The contractor shall perform analysis of total
organic carbon (TOC) and other organic analytes (Table 2) for the same
30 surface water samples as above for organic and elemental
contaminants. The MDL's shall not exceed 10 ppb for organo chlorine
pesticides, 2 ppb for organo phospate pesticides, 10 ppb for PCBs, 4
ppb for PAHs, and 2 ppb for chlorinated phenoxy and triazine
herbicides. The preferred method of analyses shall be that of the USEPA
(1995). Contract Line Item Number (CLIN) Three: The contractor shall
perform metal analysis of 30 oyster tissue samples (18 samples in
September 1999 followed by 12 additional oyster tissue samples through
September 2000). The metals that shall be analyzed and detection
limits are in Table 1. Results shall be reported relative to dry
weight. Contract Line Item Number (CLIN) Four: The contractor shall
perform analysis of organic compounds listed in Table 3 for the same 30
oyster tissue samples as listed above. Full scan GC/MS techniques shall
be used as described in the Puget Sound Estuary Program-Protocols and
Guidelines (1996). MDLs (wet weight basis) for oyster tissue analyses
shall be 0.1 -- 5 ppb for chlorinated pesticides and 10-20 ppb for PCBs
and PAHs. The proposals will be evaluated using the following technical
capabilities criteria: 1.) QA/QC protocols, including plans for
analyzing Certified Reference Materials; 2.) Demonstrate previous
experience with tissue analysis for the various metal and organic
analytes; 3.) Demonstrate previous analytical methods utilized by EMAP
or similar programs; 4.) Demonstrate previous experience with TOC; 5.)
Proposed methodology for each CLIN, with references, and expected MDLs;
6.) Experience with similar size/scope projects; 7.) Adhering to
deadlines; and, 8.) Report preparation and records management
experience. 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 clauses apply to
this acquisition: 52.212-4, Contract Terms and Conditions-Commercial
Items and 52.217-7, Option for Increased Quantity -- Separately Priced
Line Item. 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. Also, Clause 52.222-41, Service Contract Act of
1965, As amended (41 U.S.C. 351, et seq.) is applicable to this
procurement. Any wage determination(s) applicable to this procurement
in the locality of the awardee will be incorporated into the resultant
contract. Cost and technical information should be submitted in
separate proposals. Please submit two copies of the technical proposal
and two copies of the cost proposal to Marsha B. Johnson, 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: Marsha B. Johnson, 79 Alexander Drive, Research Triangle
Park, NC 27709. All offers are due by August 31, 1999, 4:00 p.m. ET. No
telephonic or faxed requests will be honored. Footnotes, References and
Tables can be found at http://ww.epa.gov/oam/rtp_cmd. Posted 08/11/99
(W-SN366359). (0223) Loren Data Corp. http://www.ld.com (SYN# 0012 19990813\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|