Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606

U. 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