Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

99 -- Re-packaging & Re-labeling Services

Notice Date
6/14/2012
 
Notice Type
Presolicitation
 
NAICS
561910 — Packaging and Labeling Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2012-N-14325S
 
Archive Date
7/14/2012
 
Point of Contact
David M. Kelley,
 
E-Mail Address
vrb7@cdc.gov
(vrb7@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention (CDC) Division of Strategic National Stockpile (DSNS), has a requirement for services relating to the re-packaging & re-labeling of bulk pharmaceuticals (such as, but not limited to, Ciprofloxacin, Doxycycline and Amoxicillin) into unit of use bottles of 20, 30 and/or 50 tablet/capsules. Controlled substances shall not be required to be re-packaged under the resultant contract(s). Due to the nature of the DSNS and operating as part of an emergency response program, surge re-packaging & re-labeling services may be required at any time 24 hours a day, 7 days a week, 365 days a year (24/7). This requirement has been developed from similar, previous year re-packaging & re-labeling requirements for pharmaceuticals maintained by DSNS. In previous years, these requirements have been met by the National Acquisition Center of the US Department of Veteran Affairs (VA) through the use of Inter-Agency Agreements in accordance with FAR Part 17.502; the current requirement is being processed by the CDC Procurement and Grants Office (PGO). The pharmaceuticals maintained by DSNS have various shelf-lives determined by the Food & Drug Administration (FDA). Periodically, FDA tests and re-evaluates the effective shelf-life of each pharmaceutical, and determines if the shelf-life should be extended to make the best use of existing stocks. Whenever the shelf-life is extended for a particular pharmaceutical by the FDA, the existing quantities must be either re-packaged or re-labeled with the new expiration date. All re-packaging & re-labeling of products must be in compliance with the Code of Federal Regulations (CFR) listed in Title 21 and the Federal Food, Drug and Cosmetic Act (FD&C Act), as amended and implemented regulations if human drug products are packaged, labeled, held, stored and distributed. To violate any section of the FD&C Act and the CFR is to violate the laws governing the purity, safety, and efficacy of food and drugs, medical devices and cosmetics. The contractor shall be responsible for providing the necessary expertise, being fully operational, properly licensed and being able to provide a secure facility, equipment, labor and materials to receive, stage, re-package & re-label, temporarily hold, and deploy Government owned pharmaceuticals. The DSNS program and the products included in this program support the United States in response to national emergencies. The Government reserves the right to make a single, or up to four, fixed priced indefinite delivery indefinite quantity (IDIQ) contracts. This requirement is being solicited via full and open competition under NAICS code 561910, Packaging and Labeling Services with a small business size standard of $7 million. The performance period will be for 5 years from the award date. There will be a site visit for this procurement. The solicitation will be issued in electronic format only and it is the CDC's intent to post the Request for Proposal (RFP) by June 27, 2012 on Federal Business Opportunities (FedBizOpps) website at www.fbo.gov. Questions regarding this requirement shall be submitted via email to David Kelley at dmkelley@cdc.gov. No telephone calls will be accepted. The scheduled proposal due date will be approximately thirty (30) days after the RFP is posted. There is no solicitation available at this time. In accordance with Federal Acquisition Regulation (FAR) 5.203, this synopsis serves as a presolicitation notice. This notice does not obligate the Government to award a contract. In order to be eligible to receive an award resulting from the RFP evaluation, the contractor must be registered in the Central Contractor Registration (CCR) database. No exceptions. To register, you may call 1-888-227-2423 or apply online at http://bpn.gov/orca. No paper copies of the solicitation will be issued. It is incumbent upon the interested parties to review the aforementioned site regularly for any update/amendments to any and all documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-N-14325S/listing.html)
 
Place of Performance
Address: Contractor Facilities, United States
 
Record
SN02776379-W 20120616/120615000200-318477a40861a5e9ca32ea199175ede0 (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.