Point Of Contact Not Available
Combined Synopsis-Solicitation Monomethylmercury Analysis
This is a combined synopsis and solicitation for commercial services 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 SEPERATE SOLICITATION WILL NOT BE ISSUED.
The U.S. Geological Survey, BRD WERC, Dixon Field Station, Dixon, CA, has a requirement for the following services.
Provide analyses for the following: 1 Water sample: total mercury analysis 89 Samples2 Water sample: total monomethylmercury analysis 42 Samples3 Sediment sample: monomethylmercury analysis 42 Samples4 Sediment sample: total solids analysis 42 Samples5 Aquatic invertebrate & frogs: total mercury analysis 137 Samples6 Aquatic invertebrate & frogs: monomethylmercury analysis 137 Samples7 Aquatic invertebrate: total solids analysis 137 Samples8 Aquatic invertebrate homogenization 117 Samples9 Frog homogenization 20 Samples10 Sampling Containers 310 Each11 DI water for field equip & blanks (1L) 5 Each12 Reg. capsule filter, not cleaned, 45um 42 Each 13 Silicon tubing, " i.d. x 7/16" o.d. 126 Feet14 FEP tubing, 3/16" i.d. x " o.d. 252 Feet15 Tubing cleaning with HCI 378 Feet Samples will be provided to the vendor throughout the life of the period of performance.
General Description:The Contractor shall provide professional, non-personal services as follows:EPA 1631E - Total Mercury in Water: Samples are oxidized with the addition of BrCl. Samples are analyzed by SnCl2 reduction, followed by gold amalgamation, thermal desorption, and atomic fluorescence spectroscopy (CVAFS). EPA 1630 (BR-0011) - Monomethyl Mercury in Water: Aqueous samples are distilled from Teflon distillation vials. Samples are then analyzed by ethylation, Tenax trap pre-concentration, gas chromatography separation, pyrolytic combustion, and are then analyzed by ethylation, Tenax trap pre concentration, gas chromatography separation, pyrolytic combustion and atomic fluorescence spectroscopy (CV-GC-AFS). EPA 1630, Modified (BR-0011) - Monomethyl Mercury in Soil/Sediment: Soil/sediment samples are prepared by acid bromide/methyl chloride extraction. Samples are then analyzed by ethylation, Tenax trap pre-concentration, gas chromatography separation, pyrolytic combustion, and atomic fluorescence spectroscopy (CV-GC-AFS). EPA 1631, Appendix - Total Mercury in Tissue: Tissue samples are acid-digested with heat and further oxidized with BrCl. Samples are analyzed by SnCl2 reduction, followed by gold amalgamation, thermal desorption, and atomic fluorescence spectroscopy (CVAFS). EPA 1630, Modified (BR-0011) - Monomethyl Mercury in Tissue: Biological samples are digested in a KOH/methanol solution. Samples are then analyzed by ethylation, Tenax trap pre-concentration, gas chromatography separation, pyrolytic combustion, and atomic fluorescence spectroscopy (CV-GC-AFS). SM 2540G - Total solids: determined for sediments and biological samples.
BRL SOP BR-0106 - Homogenization of all samples prior to analyses
Technical Requirements:The Contractor will be responsible for all analytical aspects of this effort and shall furnish all necessary services, materials, labor, and supplies. The contractor must have available all of the equipment required to perform the analyses as proposed, as well as the equipment needed to prepare the samples for analyses and the freezer capacity to store the samples before and after the analysis. The Contractor must homogenize appropriate samples so that replicate analyses meet the criteria listed under Quality Assurance. The Limit of Detection is the "Method Limit of Detection" as described by the Environmental Protection Agency in 40 CFR Part 136, Appendix B follows:Analyte Method Matrix MDL Total Hg EPA 1631 Water 0.15 ng/LMethyl Hg EPA 1630 Water 0.020 ng/LMethyl Hg EPA 1630, Modified Sediment 0.008 ng/g (wet)Total Solids SM 2540G Sediment 0.10% Total Hg EPA 1631, Appendix Tissue 0.04 ng/g (wet)Methyl Hg EPA 1630, Modified Tissue 1.0 ng/g (wet)Total Solids SM 2540G Tissue 0.10%Homogenization BRL SOP BR-0106 Tissue N/A
Quality Assurance:To assure precision, duplicate samples will be analyzed at a rate of 5%, with at least one duplicate per matrix per analytical run. To assure accuracy, a sample will be fortified with a known quantity of analyte and analyzed at a rate of 5 %, with at least one matrix spike (MS) per matrix per analytical run. To assure precision, matrix spike duplicate (MSD) samples will be analyzed in conjunction with MS samples at a rate of 5%, with at least one MSD per matrix per analytical run. At a rate of 5%, a procedural blank will be analyzed. A minimum of one certified reference material (CRM) will be analyzed per analytical run. The principal measure of accuracy used to assess the quality of data submitted will be the recovery of spiked analyte. The average recovery of analyte from spiked tissue should be between 65% and 135%; relative percent difference (RPD) ? 35%. In computing the averages, only valid spikes will be used. In a valid spike, the amount of analyte added is at least as much as was present in the sample originally. CRMs also serve as a measure of the accuracy of the analysis. The assessment of the reference material analyses will be based on the range in the certification as well as the precision of the analysis. The principal measure of precision will be the average RPD between duplicates.
Deliverables:The deliverables are the results of the sample analyses, which will be reported both electronically and as a hard copy. The report will include: 1. a description of the samples, their condition on receipt, and storage prior to analysis (including receiving logs and chain of custody forms) 2. a summary of the analytical procedures, and 3. Analytical results, reported as ng/g or as % in the case of total solids. In addition, a Quality Assurance Report will include results of procedural blank analyses, duplicate analyses (including a computation of the average, and the relative percent difference), results of spiked sample analyses (including the percent recovery, and the amount in the original sample), estimates of the limit of detection, on a sample by sample basis, and a discussion of any problems with the analyses. Turnaround time will be 30 business days from receipt of samples.This solicitation document contains incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-31, dated 31 March 2009. The solicitation number for this procurement is 09WRQQ0099 and is issued as a request for quote (RFQ). This is request is issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 541380 with an applicable size standard of $12M. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein.EVALUATION/AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical 2) PriceThe vendor shall provide certification to perform to the EPA standards identified in the SOW. Technical is about equal to price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered.The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents.This solicitation incorporates, by reference FAR 52.212-1, 52.212-4. FAR 52.212-3 and 52.212-5 are attached.Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-28, Post Award Small Business Program Representation (JUNE 2007) (15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-21 Prohibition Against Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons. 52.225-1, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.900S-1006, Prevention of Malicious Code (MARCH 2005); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.232-33, Payment by Electronic Funds Transfer;
RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT:US GEOLOGICAL SURVEY, BRANCH OF ACQUSITIONS AND GRANTS, 3020 STATE UNIVERSITY DR EAST, STE 2002, SACRAMENTO, CA 95819 All quotes shall arrive to the attention of Stewart Evans via email at
[email protected] NO LATER THAN 2:00 P.M. P.D.T. on MAY 15, 2009. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE.
Bid Protests Not Available