|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606U. S. Environmental Protection Agency, Contracts Management Division
(MD-33), Attn: ORDSC, Research Triangle Park, NC 27711 B -- NEUSE RIVER PROJECT SOL RFQ-PR-RT-00-00591 DUE 060600 POC
Contract Specialist, Kathryn Peele, 919-541-3083 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, peele.kathryn@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
RFQ-PR-RT-00-00591 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 97-15. The associated Standard Industrial Code is 8734 which
has a size standard of $5.0 million to qualify as a small business;
however it is anticipated that a firm fixed price contract will be
awarded as a result of full and open competition. BACKGROUND: This
procurement is to support a current program underway in the Neuse River
Basin utilizing EPA's Near Laboratory Ecological Research Area (NLERA)
sites which focuses on a number of components including selected
endocrine disrupting compounds, trace elements and pharmaceuticals. The
study is a multimedia methods development effort utilizing rapid
analytical assays supported by conventional analytical technologies. As
part of this study, EPA will take samples on large contract swine
operations in the Neuse River Basin to determine if antibiotics widely
used in these operations can be detected in the waste lagoons, ground
and well water and soil samples taken from waste treated fields. EPA
will also take samples from nearby streams and rivers. Water and lagoon
samples shall be screened for selected pathogenic enteric bacteria and
screened for resistance to target antimicrobials. Samples shall also
be examined for estrogen as there are indications from preliminary
screens that confined animal feeding operations (CAFOs) may be a
significant source of estrogen entering the environment. Other
components that shall be looked at are pesticides, nutrients and trace
elements. Fish and fresh water clams shall taken and examined for
parasites, pathology and selected bacteria . Cooperating with USEPA in
this effort are representatives from USGS, US Fish and Wildlife, NCSU
Depts. of Agriculture and Forestry and the NC Agriculture Extension
Service. The intensive sampling effort planned for this year on two
swine concentrated animal feeding operations (CAFOs) located in Wayne
and Craven Counties, NC, shall attempt to determine the impact of
agriculture runoff on streams passing through the selected farms with
seasonal and animal production variables considered. All the current
participants shall actively contribute to this effort. Joint findings
and publications shall be produced. The purpose of this purchase order
is to provide microbiological support in the area of bacterial
identification, culturing and antibiotic resistance testing. SCOPE OF
WORK: This procurement is for services of a microbiology laboratory to
conduct studies on the impact of swine CAFOs on the water quality of
streams located on the farm property and in the Neuse River Basin and
the impact of effluents from these operations on bacterial diversity
and resistance to antimicrobials utilized on the subject farms. EPA
will secure access to two subject farms, one located in Wayne county
and one located in Craven county, and will collect samples over an
eight (8) month period estimated to begin June 1, 2000, to cover farm
production cycles including animals and crops. Fifteen (15) to twenty
(20) samples shall be collected by EPA each month for bacterial
isolation and identification by the contractor, for a total of no less
than 120 nor more than 160 samples. Task I: Microbiological Isolation
and Identification: The contractor shall examine samples taken by EPA
from waste water lagoons and selected surface water sampling sites on
a monthly basis. Stream water samples shall be taken initially at all
up and down stream sites and later during rain storm run off events
and/or on demand and delivered by EPA personnel to the contractor's
laboratory. EPA will provide a 24 hour advance notification that
samples will be delivered to the contractor's laboratory of analysis.
The contractor shall provide all sterile sample containers needed for
transporting and processing. The per sample volume and Government
handling instructions shall be specified by the contractor based on the
requirements of the contractor's laboratory. To ensure consistency of
results and viability of the bacteria, EPA will be responsible for
refrigerated transportation from the collection site to the
microbiological laboratory of all samples collected for microbiological
examination within 24 hours of collection. The contractor shall
immediately initiate sample culturing upon receipt of samples in order
to standardize growth patterns. The contractor shall conduct
antimicrobial resistance testing on the antibiotics listed below at the
rate of 360 tests / month or 2880 over the course of the study. The
following target bacteria have been selected as indicator species: (1)
Esherichia coli.; (2) Enterococci ; (3) Salmonella spp.; (4) Aeromonas
hydrophila. Upon receipt of the samples from the farms, the contractor
shall prepare the samples for plating and isolation utilizing standard
sterile filtration and plating techniques; bacterial colonies shall be
grown on individual selective media utilizing culture specific
techniques to isolate and identify the target indicator bacteria. Task
II: Antimicrobial Resistance Patterns. The contractor shall screen the
following antibiotics for antimicrobial resistance:
(1)Chlortetracycline; (2)Oxytetracycline; (3)Neomycin; (4)Erythromycin;
(5)Streptomycin; (6)Vancomycin; (7)Enrofloxacin; (8)
Trimethoprim/Sulfamethoxazole; (9)Chloramphenicol; (10)Ampicillin; and
(11)Tiamulin. The contractor shall examine colonies from each
bacterial isolate cultured from each sample taken for antimicrobial
resistance to the antibiotics listed above. The contractor shall employ
the SensititrerrR 18/24hr Susceptibility Test System following the
manufacturer's recommendations and directions. Data Analysis
Requirements: The contractor shall conduct multivariate analysis of
surface water data, and the contractor shall examine the distributions
of indicator and zoonotic pathogens considering site, temporal and
exposure variables. The contractor shall consider and evaluate related
factors and conditions found to be associated with the bacterial
concentrations from various sources leading to an identification of
significant risk and exposure factors associated with microbial
contamination. The contractor shall categorize antibiotic resistance
data from the Sensititre analysis (MIC) values as (a) susceptible, (b)
moderately resistant, and (c) resistant. Further evaluations shall be
conducted by the contractor to determine the significance of the
factors associated with resistance patterns from data and information
available from the project. The contractor shall employ "Best
Laboratory Practices" regarding sampling handling and analysis.
Reporting Requirements: The contractor shall provide monthly progress
reports detailing at a minimum the number of samples delivered and
analyzed, significant reportable findings for the month, problems
encountered and solutions applied. Monthly progress reports shall be
submitted to the Project Officer within ten (10) days after the end of
each reporting period. Each monthly report shall include as an
attachment, a copy of the invoice for that reporting period. Upon
completion of this study, the contractor shall provide to the Project
Officer located in Research Triangle Park, NC, two copies of a final
report along with an electronic version, which includes all data and
findings. A copy of the final invoice shall be included with the Final
Report. Period of Performance: The period of performance shall be for
twelve (12) months from date of 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: "The contractor's laboratory MUST be located within a driving
distance of 140 miles of Newburn, North Carolina, the most distant
collection point from EPA in the Research Triangle Park so that EPA
personnel can ensure timely delivery of fresh samples to the
contractor's site where the work will be conducted. From among those
offerors who meet the geographical requirement, technical capability
will be more important than price in determining the awardee. The
evaluation criteria are as follows: (1) Evidence of expertise in the
area of the microbiology of agricultural and municipal waste management
systems and problems related to the pharmaceutical impact on resistance
in human pathogens associated with human and animal waste. Examples of
authorship of relevant articles appearing in peer reviewed scientific
publications may be submitted. (2) Qualifications (education and
experience) of personnel including the project manager/principal
investigator proposed for the project. Please provide a listing of
proposed personnel and include their resumes." Offerors must provide
adequate details in their offer to allow for this evaluation. Firms
that do not meet the geographical requirement will not receive a
technical evaluation.. Award will be made to the offeror that meets the
geographical requirements and that submits the lowest priced offer that
meets all of the technical requirements. 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; 52.222-41, Service Contract Act of 1965,
As Amended. Any applicable wage determination(s) will be made a part of
the resultant purchase order. Price and technical information should be
submitted in separate proposals. Representations and Certifications
shall be included with the price proposal. Please submit two copies of
the technical proposal and two copies of the price proposal to Kathryn
Peele, 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: Kathryn Peele, 79 T.W. Alexander Drive, Research Triangle
Park, NC 27709. All offers are due by June 6, 2000, 3:30 p.m. ET. No
telephonic or faxed requests or offers will be honored. Referenced
clauses can be found on the internet at http://www.epa.gov/oam/rtp_cmd.
Posted 05/19/00 (W-SN456633). (0140) Loren Data Corp. http://www.ld.com (SYN# 0021 20000523\B-0004.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|