TREND ISLAND ASTM DEVELOPMENT

expired opportunity(Expired)
From: Federal Government(Federal)
TREND ISLAND ASTM DEVELOPMENT

Basic Details

started - 08 Aug, 2019 (about 4 years ago)

Start Date

08 Aug, 2019 (about 4 years ago)
due - 22 Aug, 2019 (about 4 years ago)

Due Date

22 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
TREND ISLAND ASTM DEVELOPMENT

Identifier

TREND ISLAND ASTM DEVELOPMENT
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE ARMY (133065)USACE (38105)SPD (2649)W075 ENDIST SAN FRAN (345)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PERFORMANCE WORK STATEMENT (PWS)CALIFORNIA DEPARTMENT OF PUBLIC HEALTH (CDPH) SUPPORT TO USEPAPART 1General InformationGENERAL: This is a new non-personnel services Sole Source and Fixed Price Contract to be awarded to Ocean P3 Systems, VOSB (Ocean P3). This is a follow on contract to work awarded under the Weston START contract at USEPA. Ocean P3 has specialized equipment and historical experience with sensory equipment in an oceanic environment and fish tissue analysis for micro plastics in the Pacific Ocean eco system. The contractor has extensive experience and knowledge of this analysis and is assisting in development of an American Standard Testing Method (ASTM) for this requirement. The United States Environmental Protection Agency (EPA) is the lead on the development of the ASTM and has identified Ocean P3 as an additional team member necessary for successful execution of the requirement.The Government shall not exercise any supervision or control over the contract service
providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.1.1 DESCRIPTION OF SERVICES/INTRODUCTION: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the work as defined in this PWS except for those items specified as government furnished property and services. The contractor shall perform to the standards in the base contract and this task order.1.2 BACKGROUND: In support of the Tern Island investigation EPA must refine sampling and analytical approaches to detect micro plastics in sediment and biota developing data quality objectives and a sound sampling plan that supports risk characterization. Because contaminants associated with micro plastic are likely to bio accumulate, posing environmental and human health risk, understanding of the food web for potentially impacted organisms is also an essential part of the process. This IA will support the development of sediment and biota sample extraction and analysis by Ocean P3.1.3 OBJECTIVES: The objective of the project is to use Ocean P3 expertise to enter the next phase of the ASTM development. The next phase is deployment and test out of equipment and in the eco system. EPA Region 9 presently collaborates with the CDPH, ERDC, NAVY, and several others through an IA with the USACE. The goal is to develope a published method for extracting and identifying micro plastics from complex elements of the oceanic ecosystem.1.4 SCOPE:Part 5 of this PWS contains the task description and deliverables. The tasks outlined below include descriptions of objectives for the site.Sampling and Analysis: The contractor shall assist the team in development, deployment and prove out of remote sensing technology for this contaminant and with tracking and identification of potential new pathways for exposure. The contractor maybe required to train government staff to execute and understand these requirements as well as participate in field events to observe methodology and performance.PERIOD OF PERFORMANCE: The period of performance shall be for 18 months from date of award. Period of performance may be extended if required due to regulatory delays and/or project progress.1.6 GENERAL INFORMATION1.6.1 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (Part 7 Technical Exhibit 1). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).1.6.2 Recognized Holidays: Contractor is not required to perform services on holidays.New Year's Day Labor DayMartin Luther King Jr.'s Birthday Columbus DayPresident's Day Veteran's DayMemorial Day Thanksgiving DayIndependence Day Christmas Day1.6.3 Place of Performance: The work to be performed under this contract will be performed at the contractor's office and Project sites.1.6.4 Type of Contract: The government will award a new Fixed Purchase Order.1.6.5 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.1.6.6 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.1.6.7 Key Personnel: The follow personnel are considered key personnel by the government:Dan McMindesU.S. Army Corps of Engineers, Sacramento DistrictAttn: CESPD-PDM1325 J StreetSacramento, CA 95814-2922Cell: (415) 297-0367Phone: (916) 557-7399Email: Daniel.C.McMindes@usace.army.mil1.6.8 Key Personnel: The follow personnel are considered key personnel for the IDIQ contract under which this task order will be awarded:William Robberson, PEOcean P3 Systems, VOSBSan Francisco, CAPhone: 415-307-7720Email: Bill@OceanP3Systems.com1.6.9 Identification of Contractor Employees: All contract personnel working in situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also insure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.1.6.10 Contractor Travel : Contractor may be required to travel CONUS during the performance of this contract to handle hard files, in support of this PWS. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travelrequires Government approval/authorization and notification to the COR. For proposal purposes, a Not to exceed amount for travel can be established or you can include in your IGCE and the workload summary, a projected listing of travel locations to include frequency and number of persons required to travel so the offerors can provide pricing.1.6.11 Other Direct Costs: This category includes travel (outlined in 1.6.10), reproduction, and shipping expenses associated with performance of this PWS.1.6.12 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used, released or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.1.6.13 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI.PART 2DEFINITIONS & ACRONYMS2. DEFINITIONS AND ACRONYMS:Definitions common to all scopes are included below. Definitions unique to this PWS are defined in the PWS.2.1. DEFINITIONS:2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement.2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor.2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract.2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise.2.2. ACRONYMS:ACOR Alternate Contracting Officer's RepresentativeAFARS Army Federal Acquisition Regulation SupplementAR Army RegulationAUM Abandoned Uranium MineBSA Background Study AreaBTV Background threshold valueCCE Contracting Center of ExcellenceCFR Code of Federal RegulationsCONUS Continental United States (excludes Alaska and Hawaii)COR Contracting Officer RepresentativeCOTR Contracting Officer's Technical RepresentativeCOTS Commercial-Off-the-ShelfDA Department of the ArmyDD250 Department of Defense Form 250 (Receiving Report)DD254 Department of Defense Contract Security Requirement ListDFARS Defense Federal Acquisition Regulation SupplementDMDC Defense Manpower Data CenterDOD Department of DefenseDOE Department of EnergyEPA Environmental Protection AgencyFAR Federal Acquisition RegulationGIS Geographic Information SystemHIPAA Health Insurance Portability and Accountability Act of 1996IL Investigation LevelKO Contracting OfficerLUST Leaking Underground Storage TankNHPA National Historic Preservation ActNORM Naturally Occurring Radiological MaterialOCI Organizational Conflict of InterestOCONUS Outside Continental United States (includes Alaska and Hawaii)ODC Other Direct CostsPIPO Phase In/Phase OutPOC Point of ContactPRS Performance Requirements SummaryPWS Performance Work StatementQA Quality AssuranceQAP Quality Assurance ProgramQASP Quality Assurance Surveillance PlanQC Quality ControlQCP Quality Control ProgramRSE Removal Site EvaluationTE Technical ExhibitTENORM Technologically Enhanced Naturally Occurring Radiological MaterialPART 3GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES3. GOVERNMENT FURNISHED ITEMS AND SERVICES:3.1. Services: The Government will provide an EPA Point of Contact to assist with all aspects of work and provide information as needed.3.2 Facilities: NA3.3 Utilities: NA3.4 Equipment: NA.3.5 Materials: NA.PART 4CONTRACTOR FURNISHED ITEMS AND SERVICES4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:4.1 General: The Contractor shall furnish all supplies, equipment, facilities, permits, fees, licenses, and services required to perform work under this contract that are not listed under Section 3 of this PWS.4.2. Materials. The Contractor shall furnish materials, supplies, and equipment necessary to meet the requirements under this PWS.4.3. Equipment. The Contractor shall furnish equipment to meet the requirements under this PWS.4.4. Permits, Fees, Licenses. The contractor shall acquire and furnish all permits, fees and licenses required to perform the work under this PWs.PART 5SPECIFIC TASKSGeneral: Each task below shall include all project management and reporting required to manage the task and provide monthly status and progress information to the Corps and EPA. The Quality Assurance Surveillance Plan for these deliverables is included in Part 7 of this PWS.5. Specific Tasks:Task 1: Technical Support:Ocean P3 will assist with development of required sensing equipment for micro-plastics in remote locations, develop and provide training on GIS, ER, and ICS requirements, and participate in field events for prove out of the methodology and equipment being utilized in this effort. The contractor shall provide training to discuss tools that that response teams can utilize to manage their tasks and assist in getting accurate data into and out of the GIS data base. Some requirements below may be awarded as options due to funding availability.Sub-Deliverables shall include but not be limited to:- 12 Monthly Status Reports (all technical areas)- ASTM Revision and Status Memorandum- Strategy and Planning Summary Memorandum- Tern Island Story Map Presentations- Amended Reports for DQO development and integration of user requirements- Sensor and CRADA Implementation Story Map Presentation- GIS Emergency Response Story Map Presentations- ER Training Presentations and participation in Training Events- Team/Individual Training sessions - Including development of coaching exercises and after action memorandum for evaluation of future training needs.Deliverable due at the end of each month: Monthly Status Report.Deliverable due at the end of the period of service: Project Summary and Recommendations Memorandum.PART 6APPLICABLE PUBLICATIONS6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. Work will be completed in accordance with the plans created by the contractor and approved by the government for these sites.PART 7ATTACHMENT/TECHNICAL EXHIBIT LISTING7. Attachment/Technical Exhibit List:7.1. Attachment 1/Technical Exhibit 1 - Performance Requirements Summary7.2. Attachment 2/Technical Exhibit 2 - Deliverables ScheduleTECHNICAL EXHIBIT 1Performance Requirements SummaryThe contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.Performance Objective(The Service required-usually a shall statement)StandardPerformance Threshold (This is the maximum error rate. It could possibly be "Zero deviation from standard")Method of SurveillancePRS # 1.The contractor shall complete all reports and memoranda.The contractor provided complete and accurate data for generation of the report in accordance with the existing work planZero ErrorsTechnical ReviewTECHNICAL EXHIBIT 2DELIVERABLES SCHEDULEDeliverableFrequency# of CopiesMedium/FormatSubmit ToMonthly Status Report and InvoiceMonthly1Electronic in pdfDan McMindes, USACE SPDDraft and Final Memorandum ReportOnce each1Electronic in pdfDan McMindes, USACE SPDDraft and Final Training and Coaching materialsOnce each1Electronic in pdfDan McMindes, USACE SPD

ATTN: CECT-SPN 1455 MARKET ST., 17TH FL San Francisco, California 94103-1398 United StatesLocation

Place Of Performance : ATTN: CECT-SPN 1455 MARKET ST., 17TH FL San Francisco, California 94103-1398 United States

Country : United StatesState : California

You may also like

National Fish and Wildlife Foundation invites applications for Long Island Sound Futures Fund

Due: 13 May, 2024 (in 16 days)Agency: National Fish and Wildlife Foundation

PRE-SOLICITATION NOTICE - Prohesion Spray Testing to ASTM G85 and B117

Due: 10 May, 2024 (in 14 days)Agency: AGRICULTURE, DEPARTMENT OF

Classification

541 -- Professional, Scientific, and Technical Services/541620 -- Environmental Consulting Services
naicsCode 541620Environmental Consulting Services
pscCode FWater Quality Support Services