SOURCES SOUGHT
B -- Comprehensive Analytical Chemistry Support
- Notice Date
- 12/7/2015
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- HHS-CDC-NIOSH(DM)-SBSS-16-001
- Archive Date
- 1/5/2016
- Point of Contact
- Diane J Meeder, Phone: (412)386-4412
- E-Mail Address
-
DMeeder@cdc.gov
(DMeeder@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Center for Disease Control and Prevention (CDC), National Occupational Safety and Health (NIOSH), is seeking information on a potential requirement for Comprehensive Analytical Chemistry Support. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the NAICS code 541380 for the potential acquisition. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. DRAFT Sample Work Statement (subject to change); NIOSH was established under the provisions of the Occupational Safety and Health Act of 1970 (PL 91‑596). NIOSH has the mandated responsibility for performing research into health and safety hazards found in the workplace. In carrying out this mission, field and research groups within NIOSH are in need of analytical laboratory support. Independently, and not as an agent of the Government, the Contractor shall furnish the necessary facility, personnel, laboratory instrumentation, and all items and supplies necessary and shall exert its best effort to provide comprehensive analytical laboratory services in support of NIOSH industrial hygiene and research programs. Specifically, the Contractor shall: 1. Sample Type and Quantity: Perform analyses on approximately 800 samples per month. These samples will usually require multi-component analyses, typically two [2] to six [6] analytes/sample (analytical requests have averaged about three [3] analyses per sample). These projected totals include field samples plus duplicate analyses, and internally generated quality control samples. Samples will include industrial hygiene samples, such as filters, impinger solutions, solid sorbent tubes (analyses required for both front and backup sections); environmental samples, such as water, waste water or soils, wipe samples, air samples, bulk mixtures for pesticides, samples requiring dust or fiber counting, and bulk process materials Measurements on the above samples will require both quantitative and qualitative analyses according to the methods contained in the NIOSH Manual of Analytical Methods (NMAM) ( http://www.cdc.gov/niosh/docs/2003-154/ ), 4 th and 5 th editions, and other established sources. 2. Perform routine analyses on NIOSH samples: The Contractor’s primary references for analytical methods will be the NMAM, (4 th ed. and 5 th ed.). Secondary sources include the Occupational Safety and Health Administration analytical methods, AIHA analytical guides, ASTM, ISO, Environmental Protection Agency manuals and methods, industrial hygiene technical literature, and finally, internally developed Contractor methods. NIOSH will supply new validated NMAM methods to the Contractor as they become available, and the new draft NMAM methods and CEMB procedures when needed. 3. Specialty Measurements. The Contractor will be expected to evaluate properly and have supporting Quality Assurance (QA) for minor modifications from an established method such as applying an air method for wipe analysis of a given chemical. Also, when unexpected problems occur with an analytical method, the Contractor will validate modifications, such as variations in digestion or extraction techniques, use of alternate chromatography columns to achieve better separation and elimination of interferences, and necessary measures to optimize analytical techniques in the presence of interferents. Procedures initially defined as “specialty measurements” shall be considered routine for the purposes of calculating turnaround time if this procedure has been undertaken repeatedly and has effectively become routine. On some occasions, the Contractor will be requested to perform a "User Check" of a newly developed NIOSH analytical method. 4. Assigned Method Development Projects: The Contractor must be prepared to support projects not specifically described above, such as methods development for analytes not having established analytical methods. 5. Other Analysis. At the request of the Contracting Officer’s Representative (COR), the Contractor will subcontract analyses not available because of a lack in-house instrumentation or expertise, perform analyses using in-house capabilities not specifically noted in the contract, and initiate new analytical techniques at the government’s expense 6. Quality Control: The CDC/NIOSH QA Manager shall enforce all aspects of the Contractor's quality control manual including modifications made by NIOSH. The Contractor will be required to internally generate and analyze quality control samples at the target of 10% (within a range of 8-12%) of field samples to be distributed over all sample sets (multiple QA’s over multiple subsequences). The Contractor will also be required to perform replicate analyses of field samples at the rate of 5% of the total field samples received by the Contractor. (percentages subject to change) 8. Sample Tracking: The Contractor will document procedures of sample receipt, logging, and handling. The Contractor will have and maintain a computerized logging system, Laboratory Information Management System (LIMS), for managing samples submitted to the laboratory consistent with the guidelines for the AIHA Laboratory Accreditation Policies. 9. Sample Storage: The contractor must maintain adequate and safe storage areas for samples and maintain a proper sample log-in procedure. Samples are to be logged and processed upon receipt at the laboratory. 10. Sample Turnaround Time: The Contractor will be expected to report the results of each sample set within an average sample turnaround time of 20 calendar days (subject to change). 11. Communication. Communication between the COR and the Contractor is necessary to allow the contract to proceed. The contractor is expected to use electronic mail, telephone, and the Internet for day to day contract information exchanges. 12. Sample Set Cost Accounting: The contractor shall also provide monthly reports of cost information. The costs shall be broken out by sample set, project, and NIOSH Division. 13. Section 508 Compliance. In 1998, Congress amended the Rehabilitation Act of 1973 to require Federal agencies to make their electronic and information technology (EIT) accessible to people with disabilities. The Contractor will work with the CDC/NIOSH 508 Compliance Officer to fulfill these requirements and follow all reporting requirements. Anticipated period of performance. Base of one (1) year with four (4), one (1) year options. Other important considerations. Must be American Industrial Hygiene Association (AIHA) accredited. The Contactor must have a laboratory within the continental U.S. that can perform analysis within specified time limits to meet sample stability requirements stated in the NIOSH Manual of Analytical Methods (NMAM) and other standard reference methods (e.g., OSHA, EPA, ASTM). Cap ability statement /information sought. Respondents who believe that they possess the expertise and experience to meet the government’s needs as described above are invited to submit technical and management capabilities addressing those requirements. These may include but are not limited to: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondent must indicate in your capability statement: - Organization name, - Address, - DUNS number, - Business size Classification (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code of 541380 size standard which is $15 million. - Points of contact, - Email, - Telephone number, - Proof or verification of AIHA accreditation. Page Limitation: No more than five (5) pages, 8 ½ x 11. Response Due Date: Submit information above to Diane J Meeder, Contract Specialist, CDC, NIOSH, 626 Cochrans Mill Road, Pittsburgh PA 15236, DMeeder@cdc.gov. Reference: HHS-CDC-NIOSH(DM)-SBSS-16-001. Responses are due no later than 3:30pm, December 21, 2015 Eastern Time. Any information received by the government will not be returned. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be posted on Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/HHS-CDC-NIOSH(DM)-SBSS-16-001/listing.html)
- Place of Performance
- Address: at contractor's site, United States
- Record
- SN03962516-W 20151209/151207234658-058617ae1f556793adf0a82b9585e29e (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 |