SOURCES SOUGHT
A -- Data collection
- Notice Date
- 7/31/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- FDA-09-1061161-SS
- Point of Contact
- Karen R. Petty, Phone: 301-827-8774
- E-Mail Address
-
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small business (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses. The Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), Division of Acquisition Operations (DAO) is seeking to obtain data collection services. Background In Fiscal Year 2001, the Center hired contractor to collect foreign aquaculture drug use information, develop a database to house the information and conduct food safety risk assessments using the available data. The purpose of the contract was so FDA could gain the knowledge needed to ensure the safety of imported aquaculture seafood products. Information was collected on the drugs and chemicals used worldwide. We gave the contractor a list of countries which we knew imported the most seafood products into the United States. The contractor was asked to gather data on the types, amounts, and use patterns of drugs and chemicals in aquaculture and provide the methods available to measure residues of the drugs and chemicals or their metabolites. The contractor was also asked to gather available human food safety data including, but not limited to, toxicity, metabolism, and pharmacokinetics about the drugs and chemicals. All of this information was entered into a database, AQRIS. Following the development of the database, the data was analyzed within a risk assessment framework to prioritize FDA concerns for exposures of U.S. consumers to unsafe residues in the edible tissue of imported aquaculture products. The contractor created a Risk Assessment Tool, AQRRT, using Microsoft Access, so that the Agency could look at the data in different ways to determine the risk of a compound. This tool provided flexibility when reviewing the data and the risk ranking of the individual data components. Initial project was completed in 2006 but the data was reviewed and obtained for 2001-2002 only. Since the data used for this project is now over seven years old it needs to be updated. The database needs to include new species that are being cultured in foreign countries such as bass, catfish, tilapia, and any other fish species that may be identified as being cultured, the drugs and chemicals used in the production of these species, and all the other data points that were reviewed for the original contract of foreign drug use information. Scope of Work/Deliverables include: The contractor shall provide the following: For each species listed in the database, the contractor shall provide, at a minimum, information on the types of drugs (including transgenics), chemicals, and conditions of use in each country as follows: odrug or chemical name/tradename ochemical structure of drug/chemical oCAS (Chemical Abstract Society) number odosage form(s) odosages, frequency, duration of treatment oconditions/indications for use for each species; including lifestages oany special conditions of use owithdrawal times [if any] ouse of drug according to country's guidelines (state if drug/chemical is approved or not) ocopy of label(s) oextent of use of drug or chemical Any additional data collected that would be helpful for the evaluation and risk assessment of foreign drug use in aquaculture should also be included. Contractors shall satisfy the following requirements. Provide a detailed description of your company’s (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: A fixed price contract is anticipated. This is a new requirement. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses to this notice shall be limited to [15] pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS _______ (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is for Government market research only, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONSES DUE: All capability statements must be received by email to: karen.petty@fda.hhs.gov, on or before Monday, August 10, 2009 no later than 4:30pm, EST. Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1061161-SS/listing.html)
- Place of Performance
- Address: Place of performance will be Contractors location., United States
- Record
- SN01894995-W 20090802/090731235849-572471f5d32d8dafac8b9e5b1f283266 (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 |