Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOLICITATION NOTICE

B -- Technical Assistance

Notice Date
7/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1060542
 
Archive Date
8/6/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Technical Assistance Solicitation Number: FDA1060542 Response Date: 20 July 2009 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 for a 100% small business set-aside. The FDA intends to issue a firm fixed-price purchase order for the following technical assistance. STATEMENT OF WORK I. Introduction and Background The Center for Veterinary Medicine's (CVM) Division of Animal Feeds is responsible for planning and coordinating field inspection and feed sampling activities under the Feed Contaminants Compliance Program (FCCP). This involves summarizing the results of FCCP feed samples collected and analyzed for the presence of such contaminants as pesticides, dioxins, mycotoxins, E. coli 0157:H7, Salmonella, heavy metals and other toxic elements, which are recorded in the FDA's Field Accomplishment and Compliance Tracking Systems (FACTS) database. II. Description of Work The contractor will provide technical assistance in extracting information about FDA's field inspection and feed sampling activities and summarizing data on the occurrence of microbial, mycotoxin, and pesticide contaminants in animal feeds. These data are obtained from FACTS database as part of the Feed Contaminants Compliance Program. Specifically, the contractor will extract the results of microbiological analyses of animal feed samples for FY 2009 from FACTS and summarize the information on excel spreadsheets. The contractor will also analyze and prepare annual report of feed for microbiological data summarized in the Excel spreadsheets. The contractor will extract results of mycotoxin analyses of feed samples for FY 2009 and prepare semi-annual report, and annual report for the mycotoxin information extracted from FACTS database. The contractor will also extract data of feed samples collected under three special assignments in the Feed Contaminants Compliance Program and prepare reports for CVM. The contractor will conduct quality assurance reviews of all final reports. The contractor will work at his/her office and at CVM/OSC/DAF (HFV-220; 7519 Standish Place, Rockville, MD 20885), as appropriate. No equipment will be provided for the contractor at his/her office. When the contractor works at CVM, he/she will have access to a computer and printer owned by the Division of Animal Feeds (HFV-220); there is no cost to the agency associated with providing the contractor access to this computer because it is also used by other employees in the Division of Animal Feeds. There are no specific hours during which the contractor needs to work; instead, work hours depend on the availability of information in the FACTS database and specific requests made to the contractor by the Project Manager. III. Deliverables 1) Excel spreadsheet with summaries of microbiological analyses from FACTS for FY 2009 2) Annual report of microbiological analyses for FY 2009 3) Semi-annual and annual reports and Excel spreadsheet of mycotoxin analyses for FY 2009 4) Progress reports of three field assignments for FY 2010, quarterly or as requested by the Project Manager IV. Period of Performance Base: September 1, 2009 through August 31, 2010 Option Year 1: September 1, 2010 through August 31, 2011 Option Year 2: September 1, 2011 through August 31, 2012 Option Year 3: September 1, 2012 through August 31, 2013 Option Year 4: September 1, 2013 through August 31, 2014 A resume is required for the position which measures the qualifications and experience of the proposed contractor detailed in the requirement. A "man year" equates to 560 hours. One resume is to be provided for the combined labor category as follows: Microbiologist (Occupation Code 19-1022) A total of one (1) resume shall be included with your proposal for evaluation. Resumes shall not be submitted for the labor categories containing zero hours. Personnel proposed by the offeror will be evaluated for their formal education/training, technical skills and years of experience against the desired qualifications set forth in Attachment A. All resumes shall be weighted equally for evaluation purposes. Resumes that meet the desired qualifications will be scored in the acceptable range, while those that exceed the desired requirements of education and/or experience will be scored higher." For instance, if the requirement is for a Bachelor's degree and the proposed person has a Masters degree they would receive extra credit (i.e. Acceptable versus Exceptional). The resumes will be scored against the following criteria: 1. Formal Education and/or training. 2. General Experience. 3. Specialized Experience. 4. Previous work experience clearly indicates skill and ability to perform in the labor category for which he/she is being proposed. A price breakdown should be submitted in the following format for evaluation: Base Year: I. Fully Burdened Hourly Rate Item description: a. Technical Assistance: ___ hours at a rate of $___ per hour = $_____ or $_____/month or __ hours/month Total Fully Burdened Hourly labor costs = $______ ($______/month or ____ hours/month) Option Year 1: Total Fully Burdened Hourly labor costs $_____ Option Year 2: Total Fully Burdened Hourly labor costs $_____ Option Year 3: Total Fully Burdened Hourly labor costs $_____ Option Year 4: Total Fully Burdened Hourly labor costs $_____ QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 14 July 2009. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The Government will evaluate offers for award purposes by adding the base price plus all options to arrive to the total price for the requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise an option line item. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," 2) Past Performance and 3) Price. Technical Capability and Past Performance is significantly more important than price. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include their understanding of the requirement, technical approach and past performance that can clearly support your quote. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Small Business Set-Aside; Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-6 Davis-Bacon Act 52.222-7 Withholding of Funds 52.222-8 Payrolls and Basic Records 52.222-12 Contract Termination-Debarment 52.222-13 Compliance with Davis-Bacon and Related Act Regulations 52.222-26 Equal Opportunity 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act-Supplies; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. The Government intends to award a labor hour contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 541690; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Rockville, MD 20857. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 22 July 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1060542/listing.html)
 
Record
SN01866694-W 20090709/090707235644-40fd69fc72101cb4b11a9992d9e7eaf4 (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.