Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

A -- Radiochemist Research Associate.

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320 3900 NCTR Road, Jefferson, AR, 72079-9502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FY08-1032387
 
Response Due
8/22/2007
 
Archive Date
9/6/2007
 
Description
Contracting Office Address Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, One Montvale Avenue, Stoneham, MA 02180 Description The Food and Drug Administration intends to award a Purchase Order to the University of Massachusetts. Lowell, Chemistry department, Physics and Applied Physics Department, One Univeristy Avenue, Lowell, MA 01854 for the services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-07-__FY08-1032387__. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18, July 5, 2007. (iv) This is a firm fixed price requirement to a university. All responsible sources may submit a quote which shall be considered. The associated North American Industry Classification System (NAICS) Code is 541711. (v) The Food and Drug Administration is soliciting for two radiochemists, research associates in support of the Office of Regulatory Affairs? radiological Food Emergency Response Network (FERN) program its Winchester Engineering and Analytical Center. The following assistance will be acquired: > Assist WEAC?s lead scientists in development of fast screening methods for detecting mostly concerned alpha- and beta-emitting radionuclides in foods using ICP-MS, alpha spectrometer, and liquid scintillation counting. The method development and validation involves studies on effective sample preparation, robust radiochemical separation techniques, instrument calibrations, spectral analysis, and protocol for automated data processing. > Assist WEAC?s lead scientists in developing/validating methods for fast screening/analyzing gamma-emitting radionuclides in foods using gamma-ray spectrometer. The research activities include feasibility study on using high purity Germanium well detector for rapid assay of Am-241 contamination in foods, development of an effective method for the reduction of Compton background induced by K-40 in foods, evaluation of limit of detection and limit of quantification, investigation of reliable technical approach on correcting sample matrix attenuation, and optimization of instrument settings and spectral analysis parameters for low-level Am-241 detection. > Assist WEAC?s lead scientists in the development of preparation and certification methods of various types of performance evaluation samples used for testing the FERN network laboratories. Development of comprehensive analytical protocols for assuring sample homogeneity, stability, and traceability to national standards. Development of appropriate radiation detection techniques for conformation measurement under influence of significant radiological and chemical interferences An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Destination, with services on-site. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance is _45days after receipt of order (ARO). FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, One Montvale Avenue, Stoneham, MA 02180. (vii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) 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. Award will be made for the lowest priced technically acceptable proposal. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xiv) Applicable Numbered Note(s) 1. (xv) Offers are due in person, by mail or fax on or before _______, 2007 by 15:00 hours (Eastern Standard Time-Local Prevailing Time in Stoneham, MA), at Food and Drug Administration OC/OSS/OFFAS, Attn: Karen Conroy, One Montvale Avenue, Stoneham MA 02180. (xvi) For information regarding this solicitation, please contact Karen Conroy @ (781) 596-7715, FAX 781-596-7896 email karen.conroy@fda.hhs.gov. Point of Contact Karen Conroy, Contract Specialist, Phone (781) 596-7715, Fax (___) _______, Email karen.conroy@fda.hhs.gov - Priscella Sullivan, Supervisory Contract Specialist, Phone (214-253-5274-7483, Email priscella.sullivan@fda.hhs.gov Place of Performance University of Massachusetts, Lowell Chemistry Department, Physics and Applied Physics Departement One University Avenue Lowell, MA 01854 6.302-3 Industrial mobilization; engineering, developmental, or research capability; or expert services. (a) Authority. (1) Citations: 10 U.S.C. 2304(c)(3) or 41 U.S.C. 253(c)(3). (2) Full and open competition need not be provided for when it is necessary to award the contract to a particular source or sources in order? (i) To maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in case of a national emergency or to achieve industrial mobilization; (ii) To establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center; or (iii) To acquire the services of an expert or neutral person for any current or anticipated litigation or dispute. (b) Application. (1) Use of the authority in paragraph (a)(2)(i) of this subsection may be appropriate when it is necessary to? (i) Keep vital facilities or suppliers in business or make them available in the event of a national emergency; (ii) Train a selected supplier in the furnishing of critical supplies or services; prevent the loss of a supplier?s ability and employees? skills; or maintain active engineering, research, or development work; (iii) Maintain properly balanced sources of supply for meeting the requirements of acquisition programs in the interest of industrial mobilization (when the quantity required is substantially larger than the quantity that must be awarded in order to meet the objectives of this authority, that portion not required to meet such objectives will be acquired by providing for full and open competition, as appropriate, under this part); (iv) Limit competition for current acquisition of selected supplies or services approved for production planning under the Department of Defense Industrial Preparedness Program to planned producers with whom industrial preparedness agreements for those items exist, or limit award to offerors who agree to enter into industrial preparedness agreements; (v) Create or maintain the required domestic capability for production of critical supplies by limiting competition to items manufactured in? (A) The United States or its outlying areas; or (B) The United States, its outlying areas, or Canada. (vi) Continue in production, contractors that are manufacturing critical items, when there would otherwise be a break in production; or (vii) Divide current production requirements among two or more contractors to provide for an adequate industrial mobilization base. (2) Use of the authority in paragraph (a)(2)(ii) of this subsection may be appropriate when it is necessary to? (i) Establish or maintain an essential capability for theoretical analyses, exploratory studies, or experiments in any field of science or technology; (ii) Establish or maintain an essential capability for engineering or developmental work calling for the practical application of investigative findings and theories of a scientific or technical nature; or (iii) Contract for supplies or services as are necessary incident to paragraphs (b)(2)(i) or (ii) of this subsection. (3) Use of the authority in paragraph (a)(2)(iii) of this subsection may be appropriate when it is necessary to acquire the services of either? (i) An expert to use, in any litigation or dispute (including any reasonably foreseeable litigation or dispute) involving the Government in any trial, hearing, or proceeding before any court, administrative tribunal, or agency, whether or not the expert is expected to testify. Examples of such services include, but are not limited to: (A) Assisting the Government in the analysis, presentation, or defense of any claim or request for adjustment to contract terms and conditions, whether asserted by a contractor or the Government, which is in litigation or dispute, or is anticipated to result in dispute or litigation before any court, administrative tribunal, or agency; or (B) Participating in any part of an alternative dispute resolution process, including but not limited to evaluators, fact finders, or witnesses, regardless of whether the expert is expected to testify; or (ii) A neutral person, e.g., mediators or arbitrators, to facilitate the resolution of issues in an alternative dispute resolution process. (c) Limitations. Contracts awarded using this authority shall be supported by the written justifications and approvals described in 6.303 and 6.304.
 
Place of Performance
Address: University of Massachusetts, Lowell, Chemistry Dpt., Physics & Applied Physics Dpt., One University Ave., Lowell MA
Zip Code: 01854
Country: UNITED STATES
 
Record
SN01368721-W 20070812/070810220750 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.