This is a Request for Quotation (RFQ), reference number INL 0110-5E5172, for commercial services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to award a firm, fixed-price indefinite delivery/indefinite quantity (IDIQ) contract for the acquisition of the services of an independent laboratory in the United States capable of analyzing samples taken within the aerial eradication program by the Narcotics Affairs Section (NAS) of the American Embassy Bogota, Colombia. The award will be for one year.
The following Provisions and Clauses are incorporated into this RFQ by reference. No addenda apply to these Provisions and Clauses. FAR 52.212-1, Instructions to Offeror's-Commercial Items, FAR 52,212-3, Offeror Representation and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52-212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items. No additional FAR clauses apply. The following provides the specifications:
CAPABILITIES
The laboratory should be qualified and accredited as a U.S. Environmental Protection Agency Accepted Laboratory, a NELAC Certified Laboratory, or an INELA Certified Laboratory. Verification of the laboratory's accreditation should be included with the submission of a proposal.
Performance capabilities should include the following laboratory analysis/testing:
Test-1. Analysis of Residuals of Glyphosate and AMPA: detection and quantification by LC/MS methods of glyphosate as acid equivalent and AMPA ?aminomethyl phosphoric acid- read as milligrams per each kilogram of dry soil (mg/Kb) or expressed as parts per million (ppm). Limits of detection for analysis must be lower than 1 mg/Kg of soil. Three or more decimal and significant places at reading outs should be desirable. Percentages of recovery during the spike process should be desirable included into the report of results. Reference of analytical methods used must be in the report of results.
Source of samples: top soil organic-mineral layer 0-20 cm in depth. Texture and other features could change among samples because of location and collection timing.
Test-2. Analysis of Residuals of Glyphosate and AMPA: detection and quantification by LC/MS methods of glyphosate as acid equivalent and AMPA ?aminomethyl phosphoric acid- read as milligrams per each liter (mg/L) of water or expressed as parts per million (ppm). Limits of detection must be lower than 0.01 mg/L in analysis of water. Three or more decimal and significant places at reading outs should be desirable. Percentages of recovery during the spike process should be desirable included into the report of results. Reference of analytical methods used must be in the report of results.
Source of samples: Top water layer 0-40 cm in depth. pH and other features could change among samples because of location and collection timing.
Test-3. Analysis of herbicidal commercial formulation for glyphosate content as isopropylamine salt: detection and quantification by LC/MS methods of glyphosate as isopropylamine salt, expressed as weight/volume percentage in a commercial formulation. One decimal and significant place at reading outs should be desirable. Supposed content ?theoretic- of each sample: 41.0%. Reference of analytical methods used must be in the report of results. Reference of analytical methods used must be in the report of results.
Source of samples: glyphosate of a formulation taken directly from barrels as it is dispensed to the last user.
Test-4. Analysis of herbicidal spray mix for glyphosate content as isopropylamine salt: detection and quantification by LC/MS methods of glyphosate as isopropylamine salt, read as weight/volume percentage in a spray mix intended for woody shrubs control. One decimal and significant place at reading outs should be desirable. Supposed content ?theoretic- of each sample: 18.0%. Reference of analytical methods used must be in the report of results.
Source of samples: spray formulation taken directly from dusting aircrafts or mixing tanks.
Test-5. Analysis of Total Dissolved Solids (TDS): analytical quantification for the combined content of all inorganic and organic substances contained in a liquid, which are present in a molecular, ionized, or micro-granular form. One decimal and significant place at reading outs should be desirable. Reference of analytical methods used must be in the report of results.
Source of samples: tap water used for spray mixing and taken directly from bladders, storage tanks, or aqueducts.
Test-6. Analysis of Total Suspended Solids (TSS): analytical quantification for ?non-filterable solid form.? One decimal and significant place at reading outs should be desirable. Reference of analytical methods used must be in the report of results.
Source of samples: tap water used for spray mixing and taken directly from bladders, storage tanks, or aqueducts.
Test-7. Analysis of Acidity (pH): analytical quantification for electrochemical hydrogen potential (pH) in water. One decimal and significant place at reading outs should be desirable. Reference of analytical methods used must be in the report of results.
Source of samples: tap water used for spray mixing and taken directly from bladders, storage tanks, or aqueducts.
Test-8. Analysis of Total Hardness: analytical quantification in water for divalentcations as CaCO3 equivalency (hardness). One decimal and significant place at reading outs should be desirable. Reference of analytical methods used must be in the report of results.
Source of samples: tap water used for spray mixing and taken directly from bladders, storage tanks, or aqueducts.
PROJECT, SCOPE, AND FORMAT
NAS, in conjunction with the Government of Colombia, will take samples. The samples shall be sent to the Instituto Geografico Agustin Codazzi (IGAC), a Colombian Governmental Institution, which will send the samples though certified mail to the laboratory. The laboratory shall complete the required analysis and forward the results directly to NAS via certified mail. Results should be sent to Carol Heineck, Environmental Office, AmEmbassy Bogota, Unit 5127, APO, AA 34038. Results should also be scanned and sent electronically to Gustavo Vargas at
[email protected].
The laboratory will receive deliveries, which will be comprised of a batch/set of samples packed and labeled separately. Each one of samples within the batch/set must be analyzed in a separate way for one or several tests. Each sample's label should show the sample?s code and specify which type of test(s) needs to be performed on that sample. Each sample of soil or sediment will be packed in double sealed transparent plastic bags, having about 100 grams and properly labeled. Each sample of water, spray mixture, or glyphosate formulation will be packed in a plastic bottle, having about 600 to 1.000 milliliters and properly labeled.
Codes for sample identification must be carefully observed and retained in the original capital letter codes as it is stamped on the label of each sample when reporting. Minimal misspellings might lead to confusions. References to analytical methods used must appear on the report of results, as well as references to the brand/model of scientific equipment? especially in the case of tests # 1 through # 4. Analysis reports should be delivered to NAS within one month of receipt of the samples.
Samples will be sent to the contractor for analysis over a period of one year. There is not a fixed time interval between deliveries. The government expects to deliver a minimum of six and a maximum of twelve batches/sets during the year. The expected amount of samples per batch/set will be between four and eight. Therefore, the expected minimum and maximum thresholds of samples will be twenty-four and ninty-six samples per year. The offeror's proposal should include return shipping and any other costs expected to be incurred.
EVALUATION OF OFFERS
The US Government will award an IDIQ contract with a performance period of one year as a result of this solicitation to the responsible offeror whose offer is technically acceptable, conforms to the solicitation, and is the most advantageous to the Government. After the technical merit of the offeror's proposals is evaluated, cost or price may become the determining factor.
Proposals will be evaluated on the following:
? Technical Approach: Offerors shall provide clear evidence of their understanding of the requirement in sufficient detail for the USG to evaluate. Offerors should include a technical plan, a quality assurance plan, and a project timeline (length of time needed to complete analysis and send results back to NAS) as part of the technical proposal.
? Personnel: Resumes of key personnel shall be provided.
? Corporate Experience: Offerors shall provide information regarding their corporate capabilities in meeting the requirements.
? Past Performance: Vendors shall provide past performance references for work on similar projects. References shall include name, address, telephone numbers and email addresses.
Each factor will be rated on the following scale:
? Superior: Substantially exceeds the Government's requirement throughout.
? Excellent: Exceeds the Government's requirement throughout.
? Acceptable: Meets the Government's requirement.
? Fair: Meets the Government's requirement in most respects; can be made acceptable.
? Poor: Does not meet the Government's requirement.
The technical approach will be given the highest consideration; the other three factors used to determine the best of the options which meet the technical approach.
Interested offerors should submit a technical proposal and detailed price quotation to INL/RM/MS, U.S. Department of State, 2430 E Street, NW, SA-4 South, Room 104, Washington, DC 20037, Attn: Margaret A. Dickson. Faxed proposals and quotes may be sent to 202-776-8686 or emailed to
[email protected]. The closing date for receipt of quotations is 1600 hours ET, February 1, 2008. Questions regarding this RFQ may be directed to Margaret A. Dickson, Contracting Officer at
[email protected] and must be received by 1600 hours ET, January 25, 2008.
Bid Protests Not Available