SOURCES SOUGHT
A -- Quantification of Drugs of Abuse and Related Substances in Biological Specimens
- Notice Date
- 2/4/2008
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6101 Executive Boulevard Room 260 - MSC 8402, Bethesda, MD, 20892, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N01DA-8-7767
- Response Due
- 2/25/2008
- Archive Date
- 3/11/2008
- Point of Contact
- Amy Pasciak, Contract Specialist, NIDA/NIH, Phone 301.443.6677, Fax 301.443.7595, - Kenneth Goodling, Contracting Officer, Phone (301)443-6677, Fax (301)443-7595
- E-Mail Address
-
ap370t@nih.gov, kg25d@nih.gov
- Description
- The National Institute on Drug Abuse (NIDA) seeks capability statements from qualified Small Businesses (e.g., small, small disadvantaged businesses, woman-owned small businesses, 8(a), HUB Zone small businesses, veteran-owned small businesses, service-disabled veteran owned small businesses, etc.) having in-house capability to perform the following tasks: (1) to analyze experimental samples for drug concentrations in biological fluids and/or tissues, (2) to develop more specific and sensitive methods for existing drugs or compounds and provide analytical validations for such methods, and (3) to develop assays that are not currently available for compounds for which specific and sensitive assays are required by the drug abuse research community. The research drugs may include cannabinoids, opiates, amphetamines, l alpha acetyl methadol (LAAM), naltrexone, methadone, cocaine, phencyclidine, anabolic steroids, opioid peptides and peptidomimetics, benzodiazepines and other drugs and their metabolites. The concentrations of such drugs and metabolites usually appear in biological materials at ng/g or ng/ml levels and therefore require the use of state of the art chromatography methods for separation and highly sensitive instrumentations for identification and quantification, such as gas chromatography mass spectrometry (GC MS), liquid chromatography-mass spectrometry (LC-MS), and LC-MS-MS. The analytical operation should follow good laboratory practice and have established standard operations as well as QA/QC procedures. The work requires secured facilities appropriate for storing biological samples and analytical data as well as computerized systems for tracking samples from receipt to final data report. In order to handle substances under the Controlled Substances Act of 1970, it is mandatory that offerors possess a DEA Registration for Chemical Analysis or a DEA Research Registration for Schedules II to V and demonstrate the capability to obtain a DEA registration for Schedule I controlled substances. Information sent should be relevant and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous similar projects and work in the field of drug abuse; (2) Personnel: Name, professional qualifications and specific experience of scientists and/or technical personnel who may be assigned as project director and other key positions; (3) Facilities: Availability and description of facilities and equipment required to conduct this type of work. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government?s use. Any proprietary information should be so marked. Interested organizations presenting a capability statement must provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, and 6) capability information in response to the requirement including identification of your business classification type, i.e., woman-owned, HUB Zone, etc. Please submit written capability statements to the contracting officer by February 25, 2008. Electronic capability statements will be accepted.
- Place of Performance
- Address: NIDA R&D Contracts Management Branch, 6101 Executive Blvd. #260 MSC 8402, Bethesda, Maryland 20892-8402, (Rockville, MD 20852 - FED-Ex/UPS/hand delivery)
- Zip Code: 20892-8402
- Country: UNITED STATES
- Zip Code: 20892-8402
- Record
- SN01499382-W 20080206/080204223636 (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 |