COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2001 PSA #2939
SOLICITATIONS
B -- PROCESSING BENTHIC INFAUNAL SAMPLES
- Notice Date
- September 17, 2001
- Contracting Office
- U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- XMR029
- Response Due
- October 3, 2001
- Point of Contact
- JENNIFER HILL, Contract Specialist, 919-541-3083
- E-Mail Address
- Click here to contact the contract specialist via (hill,jennifer@epa.gov)
- Description
- 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 XMR029, 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 97-27. The associated North American Industry Classification System (NAICS) code is 541710 which has a small business size standard of 500 employees is applicable. 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. Award will be made to a single contractor for all analyses. This procurement requires the contractor to Process Benthic Infaunal Samples from date of award through December 31, 2002. EPA will have a minimum of 64 to 95 samples for processing at the time of contract award. Optionally, an additional 200 samples may be provided for processing during the performance period. CONTRACT LINE ITEM NUMBER (CLIN) 1. Process 95 samples in accordance with Statement of Work. CLIN 2. Process 200 samples (OPTIONAL QUANTITY)in accordance with Statement of Work. Optional quantities may be exercised in whole or in part, including incremental purchase of processing of batches of approximately 40 samples. U.S. Environmental Protection Agency's National Health and Environmental Effects Research Laboratory -- Western Ecology Division/Coastal Ecology Branch (EPA; WED/CEB) is conducting in a study of food webs in Pacific northwest estuaries in order to determine how different habitats affect the cycling and dynamics of nutrients (such as nitrogen) and carbon. As part of that study, EPA scientists are collecting benthic infaunal core samples in several estuaries (Willapa Bay, WA; Salmon River, OR; Yaquina Bay, OR) to characterize the benthic community structure. Each sample consists of the combined contents of two plastic corers (each 8.0 cm diameter x 5 cm depth) that are retained on a 0.5 mm screen and preserved in 10% buffered formalin containing rose bengal. The mass of a typical sample is less than 4 oz (i.e., fills less than half of an 8-oz jar; sample mass includes biota and detrital debris). EPA will have 64 to 95 samples requiring processing (i.e., sorting, species identification, and counting individual animals, as described below) at the time of contract award. Optionally, and depending on the availability of funds, EPA may have an additional 200 samples requiring processing in 2002; approximately 100 samples would be ready for processing by March 1, 2002, and approximately 100 samples would be available by September 1, 2002. The Contractor shall pick-up and process up to 95 samples (and not less than 64 samples). The Contractor shall have complete responsibility for packaging and transporting the samples from the EPA lab to the Contractor's facilities, and back to EPA. All unsorted samples are stored in glass jars (16 oz) in 10% buffered formalin, and the jars are stored in cardboard boxes; however, the samples are not packaged sufficiently for shipping by commercial transport or courier. Sample processing shall include sorting, identifying, and counting, by species, all individual animals occurring in each sample, recording the species count data, and returning the preserved, sorted and identified material to the Project Officer WED/CEB in Newport, OR. The Contractor shall process and return the samples and data to EPA within 90 days of taking possession of samples. Sixty-four (64) samples will be available for the Contractor to pick up as soon as the contract is awarded; any remaining samples (up to a total of 95 samples) pertaining to Line Item #1 will be available within 30 days of contract award. All deliverables (data, processed samples, and quality assurance reports) shall be delivered to EPA within 90 days of sample receipt. Sorting: The Contractor shall remove and count all animals and animal fragments from each sample and sort them to species. Each sample shall be examined using a dissecting microscope. All individuals for each species (except voucher specimens) shall be placed in a separate vial and stored in 70% ethanol. Labels indicating the sample number, collection date, the species, and number of individuals shall be placed inside, and attached to the outside, of each vial. Each vial shall be sealed with electrical tape. Another label shall be attached to the outside of each vial stating that the contents include flammable 70% alcohol. Species Identification and Counting: The Contractor shall identify and count, by species, all animals in each sample. The Contractor shall only count whole individuals or fragments that include heads. The Contractor shall identify all species to the lowest taxonomic level possible. Nematodes need only be identified to Phylum, Oligochaetes need only be identified to Class, and copepods need only be identified to Order. All sorted and identified animal specimens shall be delivered to the EPA Project Officer at WED/CEB in Newport, OR. Each specimen vial shall be labeled and sealed as described under "Sorting". All specimen vials pertaining to a particular sample shall be packaged together as a group in a sealed container (such as a jar sealed with electrical tape) to which is attached a label listing the contents, sample identification, sampling location, sampling date, and sample processing date. A warning label shall also be attached to the container specifying that the contents include flammable 70% alcohol. Data Recording: The Contractor shall prepare an electronic spreadsheet (Windows 98/Microsoft Excel -- compatible) that contains data on the number of individuals counted for each species in each sample. The spreadsheet shall have the following structure: Rows 1-5: "metadata", including title of spreadsheet, names of personnel doing sorting and species identification, and other relevant information; Row 6: column titles; Rows 7+: data; Column 1: Phylum name; Column 2: species or "taxon" name; Columns 3+: the number of individuals for each species or taxon in each sample. Upon award of the Contract, the Contractor shall develop a brief Quality Assurance Project Plan that describes how the project will be managed, all quality assurance and quality control (QA/QC) procedures, and how the QA/QC procedures will be managed. There shall be one data quality objective (DQOs) for this project: the number of individuals of each invertebrate species per sample (units: individuals/sample; expected range: 0 to 25; accuracy: 90%; precision: 1 indiv./sample; completeness: 90%. DELIVERABLES: 1) Quality Assurance Project Plan, as specified in Section 3 of SOW. Delivered to EPA within 30 days of award of Contract. 2) All chain-of-custody forms, tracking receipt (or delivery) of samples when the Contractor takes possession of (or returns) the samples, and tracking all exchanges of samples between Contractor and any Sub-Contractor. Delivered to EPA within 90 days of sample receipt. 3) A paper copy and an electronic copy of the sorting accuracy quality assurance data in a computer spreadsheet. The sorting accuracy quality assurance data shall include the sample number, the number of specimens in each sorted and resorted sample, the sorting efficiency of each sample and the identification of the individuals doing the sorting and resorting. Delivered to EPA within 90 days of sample receipt. 4) For each sample, all specimens sorted and identified to species, stored in separate vials (containing 70% ethanol) for each species. Each vial shall be sealed with electrical tape to prevent evaporation of the alcohol. Each vial shall contain legible internal and external labels indicating sample identification, collection date, species, and number of individuals, and an external label warning about flammable contents (70% alcohol). Delivered to EPA within 90 days of sample receipt. 5) A paper copy and an electronic copy of a species count data for each sample in spreadsheet format (Windows 98/Excel), and all bench sheets used to record original species count data. The spreadsheets shall include initials of persons responsible for data entry and verification of data entry accuracy. Delivered to EPA within 90 days of sample receipt. 6) A voucher sheet for each species identified, and all voucher specimens. Delivered to EPA within 90 days of sample receipt. The Contractor shall pick up the samples and return the samples to the Project Officer, US EPA, Coastal Ecology Branch Laboratory, 2111 SE Marine Science Drive, Newport, OR. The following FAR provisions apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors-Commercial Item; 52.212-2, Evaluation-Commercial Item. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) TECHNICAL CAPABILITIES CRITERIA: 1. Provide a work plan that describes the procedures that shall be used to receive samples, process the samples, record and report data, package and return sorted sample material, and a Quality Assurance Project Plan. 2. Provide a quality Management Plan that documents how the contractor will plan, implement, and assess the effectiveness of its quality assurance and quality control operations. 3. Qualifications of key personnel who shall manage project and conduct the taxonomic identifications of Crustaceans, Annelids, Molluses, and miscellaneous taxa. (ii) PAST PERFORMANCE -- Provide at least 2 references for previous related projects conducted in the Pacific northwest within the last 3 years. Include project description, contact person and telephone number. (Past performance will be evaluated on quality of product or service, timeliness of performance, ability to adhere to deadlines, and overall customer satisfaction.);and (iii) PRICE. Technical capability and past performance when combined are significantly more important than price. Award will be made to the offeror whose offer represents the best value to the Government, price and other factors considered. All offerors are to include with their response 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, 52.246-11, Higher Level Contract Quality Requirement, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items and the following additional FAR clauses which are cited in clauses 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 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. It is requested that the completed Representations and Certifications be included with the price proposal. Technical questions are to be forwarded via email to the Contract Specialist at the following email address: hill.jennifer@epa.gov. In addition to this Request for Quotation, offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's web site at http://www.epa.gov/oam/rtp_cmd. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. Arrow down below that section to COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience. Please submit two copies of the technical proposal and two copies of the price proposal to Jennifer Hill, 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: Jennifer Hill (MD-33), 79 T.W. Alexander Drive, Research Triangle Park, NC 27709. All offers are due by October 3, 2001, 3:30 p.m. ET. No telephonic or faxed requests or offers will be honored.
- Web Link
- Click here to visit the site that has information about (http://www.epa.gov/oam/rtp_cmd)
- Record
- Loren Data Corp. 20010919/BSOL001.HTM (W-260 SN50X8H8)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on September 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|