B--SEDIMENT SAMPLING SERVICE

expired opportunity(Expired)
From: Federal Government(Federal)
DOIGFBO230015

Basic Details

started - 21 Dec, 2022 (16 months ago)

Start Date

21 Dec, 2022 (16 months ago)
due - 27 Dec, 2022 (16 months ago)

Due Date

27 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
DOIGFBO230015

Identifier

DOIGFBO230015
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64394)US GEOLOGICAL SURVEY (5473)OFC OF ACQUISITION GRANTS-DENVER (1297)
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.

SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS 541690 Other Scientific and Technical Consulting Services with a Small Business Size Standard of $19M for an upcoming Sediment Sampling service.I. GENERAL INFORMATIONA. Introduction. The Department of the Interior (DOI), U.S. Geological Survey (USGS) Upper Midwest Water Science Center (USGS UMid WSC) in Minnesota, requires technical assistance from a contractor for field site section and oversight of sample collection within the Rainy River basin including collection, shipment, and storage of suspended sediment and water quality samples, as part of an ongoing effort to evaluate the sediment and sediment bound phosphorus delivery from the Rainy River and its tributaries to the Lake of the Woods. Services required include: (1) Collection of water quality samples as part of an existing load
monitoring network, (2) collection, storage, and processing of suspended sediment using suspended sediment samplers deployed in channel and a field centrifuge to condense the samples; (3) sample prep and shipment to analyzing laboratory.B. Background. Lake of the Woods (LoW) is a vital economic, cultural, and natural resource for northern Minnesota, providing critical habitat and generating tens-of-millions of dollars of tourism revenue annually. Despite major reductions in total-phosphorus (TP) concentrations entering LoW, its economic and ecological integrity is still threatened by excess phosphorus and harmful algal blooms. Historical loading has created a long-term source of phosphorus bound to lake-bottom sediments. While we know from previous studies that the Rainy River contributes 45-75% of the TP entering downstream LoW, we lack detailed information describing the sediment-bound phosphorus that has accumulated through current and historical loading in this river network, and its potential to be released and transported.This study will show where sediment-bound phosphorus is stored in the Rainy River and its tributaries, and whether that storage is permanent or if it may become a long-term source. The results of this study will point provide context for riverine inputs of phosphorus from the Rainy River and its tributaries, describing their potential role in downstream nutrient availability. These results are critical for local resource managers required to find targeted reductions in TP loading to reduce noxious algae in LoW.To meet these objectives, the USGS, in partnership with contracted collaborators, will examine storage and mobility of sediment-bound phosphorus by mapping stream-bed fine-sediment deposits, collecting suspended-sediment from the Rainy River, its largest tributaries, and Fourmile Bay, and analyzing these sediments for phosphorus concentrations and potential for phosphorus binding and release. In all sampled locations, sediment chemistry will be paired with water chemistry to identify hotspots of phosphorus retention and release. An existing load monitoring network will be bolstered by adding sites and parameters that will help to characterize the forms of phosphorus in transport throughout the Rainy River and from its largest tributaries on the U.S. side. Suspended sediment will be collected using passive samplers and will be analyzed for phosphorus forms and potential bioavailability in downstream LoW. These data will support our understanding of how sediment-bound phosphorus loading from Rainy River and its tributaries to LoW may influence algal blooms in these vital border waters.C. Definitions/Applicable Documents.Phosphorus ¿ a primary nutrient used by all living things that is commonly a limiting factor for growth of algae in freshwaters, and when in excess, can fuel harmful algal blooms. Phosphorus readily binds to sediment, and can be released under specific conditions, leading to persistence of phosphorus in river networks and its potential to become a long-term source in receiving waters such as Lake of the Woods.D. Scope. Services to provide all equipment, labor, travel, and materials (unless otherwise provided herein) necessary for site management and sample collection at the sites. The following services are required and are described in detail in the Technical Requirements section:1.Collection and Handling of suspended sedimenta. Installation of suspended sediment samplers provided by USGS, following USGS technical guidelines.b. Servicing of samplers on a flow-based/time-based schedule, including collection of sediment, condensing of sediment using USGS field centrifuge equipment and protocols, and preservation of sample in cold storage. This will involve tracking of storm events and river water levels and communication with USGS regarding timing of sample collection.c. Shipment of material (on ice) via priority overnight post to the selected analytical laboratory.d. Reporting to USGS and receiving laboratory the Estimated Time Arrival (ETAs) of shipments, documenting sample collection dates, times, field conditions, and any water chemistry parameters collected concurrently. A template for documenting will be provided.2. Water quality and load monitoringa. Collection of water samples across all hydrologic conditions, including multiple intervals during storm events (rising limb, peak, and falling limb), and under baseflow conditions, with a total of approximately 26-30 samples over the monitoring season, including quality assurance and control samples. Sample collection, processing, and preservation methods will follow Minnesota Pollution Control Agency Watershed Pollutant Load Monitoring Program guidelines and protocols and samples will be sent to a laboratory certified by the Minnesota Department of Health.b. Transportation and shipment (on ice) overnight of samples to analyzing laboratory.c. Reporting ETAs of shipments to receiving laboratory and USGS and documenting and reporting event and monthly sample collections.d. Communication with state collaborators responsible for load analysis.e. Collection of quality assurance samples including field equipment blanks and replicate samples filtered, processed, and preserved in the field or lab on the day of collection.II. WORK REQUIREMENTSUSGS UMIDWSC staff will be responsible for providing required equipment and tutorials on use of equipment for sample filtration and passive sediment sample collection and processing.A. Contractor Work/Technical Requirements.1.Site selection. The contractor shall:a. Operate and continue to manage current water quality load monitoring sites and assist the USGS with establishment of new water quality load monitoring sites within Koochiching County as follows:Locations:Rainy River at Boat Landing blw International Falls, MNLittle Fork River at Little Fork, MNBig Fork River at Big Falls, MNb. Assist a second contractor based in Lake of the Woods County on an as needed basis with the operation of the following sites, and with processing samples from both the sites listed in A1a and A1b of this Technical Requirements section:Locations:Rainy River at Manitou Rapids, MNRapid River at Clementson, MN11Rainy River at BaudetteRainy River at Wheeler's Pointc. For each of the load monitoring locations listed in A1a above, determine and communicate to USGS the best possible instream locations for suspended sediment samplers to provide paired water and sediment samples at each location.2. Suspended sediment sample collection. The contractor shall:a. Prioritize the collection of suspended sediment following storm events, sampling as soon after the event as the samplers can be safely retrieved by wading. Retrieve passive samplers, empty into 5-gallon buckets, taking care to transfer as much of the sediment from the sampler to bucket as possible to ensure minimal loss of collected suspended sediment, using native water and non-metal equipment such as a plastic scraper.b. Clean suspended sediment samplers by rinsing with native water and scrubbing if necessary to remove extra material and redeploy into the channel. Ensure this collection and cleaning is done monthly if storm events sampled are more than one month apart.c. Condense suspended sediment using a field centrifuge provided by USGS, creating a composite sediment sample integrating each of the passive samplers at a given site. If this cannot be done immediately following collection, keep 5-gallon bucket samples in cold storage and process next day. The contractor shall arrange for cold storage, noting that this will require substantial space and may involve 30 or more 5-gallon buckets. This may require arranging sampling schedule to allow for next day processing.d. Following condensing and proper labeling and storage; ship suspended sediment samples on ice in coolers via overnight priority shipping to the USGS UMid WSC in Mounds View, MN for further processing.e. Document sample collection and processing using templated spreadsheet from USGS and share this documentation with USGS.3.Water quality sample collection. The contractor shall:a. As part of an existing pollutant load monitoring program with Minnesota Pollution Control Agency (MPCA), collect water quality samples using the contractor¿s own equipment (Van Dorn sampler, etc) and methods consistent with current load monitoring program at the locations within Koochiching County identified in part A1a of the above Technical Requirements. Samples analyses may include:PARAMETERNitrate/Nitrite as N (N+N)Nitrogen, Total KjeldahlAmmoniaPhosphorus, Total as PTotal Dissolved PhosphorusOrthophosphate as P (LF)Total Dissolved SolidsTotal Volatile SolidsChlorophyll-ab. Organize, label, and preserve water quality samples for transport to analyzing laboratory according to MPCA Load Monitoring Program protocols.c. Communicate with the lab and share the chain of custody for each shipment with USGS.4. Written communication. The contractor shall:a. Document the sample name/ID number, date, time, and type of samples collected and shipped each following each event following USGS conventions and using USGS templates provided.b. Document and report to USGS the shipment tracking numbers for each batch sent to the analyzing laboratory.c. Report any concerns or request for additional equipment when identified at the sites during the sampling process.B. Deliverables.1.The contractor shall provide a final log of all water and suspended sediment samples collected, processed, and shipped during the project timeline from each site as described in section A4 of the Technical Requirements.III. SUPPORTING INFORMATIONA. Place of Performance. All field activities will be carried out at the locations identified in A1a and A1b of the Technical Requirements, with this contract focusing on Koochiching County and providing assistance as needed for sites in Lake of the Woods County. Condensing of suspended sediment will be carried out at the contractor¿s office and requires AC power supply for the centrifuge. The contractor shall arrange for cold storage of suspended sediment samples within the study area counties (Koochiching and Lake of the Woods Counties). The contractor shall transport the suspended sediment and water quality samples following collection to carrier for shipment or directly to the analyzing laboratory for further processing and analysis.B. Period of Performance. The contractor shall provide updated documentation of sampling to the USGS within 7 days of each sample collection event. A written summary (in Excel table format) of all samples collected and shipped during the study will be provided within 30 days of completion of the sampling period for the study. Water quality sample collection will take place over the course of approximately one year beginning when the contract is awarded. Suspended sediment sample collection is anticipated to occur between March and October, with analyses following collection. Both water and sediment sampling are rain event and streamflow dependent, and therefore may extend beyond a single year if required to capture the target range of hydrologic conditions.C. Government Furnished Property (GFP): Field centrifuge, as described in https://www.usgs.gov/news/technical-announcement/new-usgs-field-method-breakthrough-contaminant-analysis-water-samples.D. Special Considerations.1. Key personnel qualifications: The contractor¿s field personnel must possess a minimum of 5 years¿ experience in collection of water quality samples using methods consistent with the State of Minnesota¿s Pollutant Load Monitoring Program. The contractor¿s personnel must also possess experience with the collection of samples from passive suspended sediment samplers, or familiarity with these methods. Preference will be given to contractors who have experience with water quality monitoring within Koochiching County or the rivers listed in A1a of the Technical Requirements, and who are located within no greater than 100 miles of all of the field sites.2. Data Rights: The Government has the rights to all data collected as part of this project.3. Safety: The contractor shall provide a safety plan with the solicitation, which shall be adhered to during work performance.3. Hazardous Waste. The contractor is responsible for and shall dispose of all hazardous material used in the preparation of samples at no additional cost to the government.IV. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)The contractor is responsible for quality control including the collection of field equipment blanks and replicate samples. The contractor shall provide a quality control plan with their solicitation response and shall adhere to the plan during performance.The Government is responsible for quality assurance. The Technical Liaison (TL) will inspect/review the final report and will determine if the summary of data collection presented is complete. If the report is not complete, within 60 days of receiving the report, the TL can formally request (via email) that the contractor revise the report at no additional cost to the USGS. A revised report must be provided to the USGS within 30 days of the request.THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary.A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation.Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses.In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration.Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including an active SAM Registration); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS, (4) Active SAM Registration.All responses must be submitted NLT December 27, 2022, at 12:00 PM ET Time via e-mail to: isuryaty@usgs.govThis is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.If a solicitation is released, in order to receive an award your company must have an active SAM Unique Identification and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.

DEN FED CTR, PO BOX 25046, MS 204  DENVER , CO 80225  USALocation

Place Of Performance : DEN FED CTR, PO BOX 25046, MS 204 DENVER , CO 80225 USA

Country : United StatesState : Colorado

Classification