Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
SOLICITATION NOTICE

R -- BARC DSID Analytical Support

Notice Date
7/22/2020 11:20:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B20Q0004
 
Response Due
8/4/2020 12:00:00 PM
 
Archive Date
08/19/2020
 
Point of Contact
Mark O. Volk, Phone: 3096816618
 
E-Mail Address
mark.volk@usda.gov
(mark.volk@usda.gov)
 
Description
*****Indicates Change***** The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) issues this Request for Quotes (RFQ) for a firm fixed-price service contract for: The Methods and Application of Food Composition Laboratory (MAFCL), Beltsville Human Nutrition Research Center, Agricultural Research Service, U.S. Department of Agriculture in collaboration with the Office of Dietary Supplements (ODS) at NIH and other federal agencies currently generates, compiles and disseminates ingredient estimates for dietary supplements, based on chemical analysis. (See our web site: https://dietarysupplementdatabase.usda.nih.gov or https://dsid.od.nih.gov).�Since 2009, the Dietary Supplement Ingredient Database (DSID) has been reporting on the ingredient content of dietary supplements (DSs), comparing analytically derived estimates of ingredient content to label values. The purpose of the program is to generate nationally representative estimates for vitamins, minerals and other bioactive components in DSs and to maintain the data in USDA's DSID. The types of DSs analyzed as part of DSID research are prioritized based on public exposure, public health significance, research interest, and the availability of validated analytical methods and reference materials. MAFCL is requesting proposals from laboratories interested in analyzing ingredients and constituents in DSs and testing the quality performance of DSs as part of the DSID program. Proposals submitted can include some (following specific protocols) or all of the ingredients and other tests listed in the Statement of Work, Attachment A. An offerer should only submit a proposal for analysis of ingredients/constituents for which they have considerable experience and/or demonstrated expertise. Continued analysis of DS samples will proceed in the following four years based on satisfactory contract performance and availability of funds. Statement of Work and Evaluation criteria are�Attached The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 Simplified Acquisition Procedures for Commercial Items.� Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements.� Award will be Firm Fixed Price (FFP) for a Base year �and Four option year periods. The associated NAICS Code is 541380 - Testing Laboratories.� The small business size standard is $16.5 million. Notice of Set-Aside for Small Business Concerns:� N/A� The Government intends to award a Multiaward�firm fixed-price contract(s).� *****52.212-2 Evaluation�Commercial Items. (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: I) TECHNICAL CAPABILITY OF THE Service OFFERED TO MEET THE GOVERNMENT REQUIREMENT II) PRICE; _____________________________________________ III) PAST PERFORMANCE________________________________ Technical and past performance, when combined, are More Important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic 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 the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ***** SELECTION PROCESS:� The offeror shall submit a Technical Quote that includes plans and procedures for conducting the testing and analysis of ingredients in dietary supplements (DSs). Quotes must include details for the analysis of ingredients and tests in the DSs listed in Appendix, but the offeror is not required to bid on every test and ingredient listed.�See Attached SOW.�See Attached Eval Criteria. All questions regarding this announcement must be submitted in writing to the Contracting Officer, ****by July 27, 2020**** via email to Mark.Volk@usda.gov.� Telephone requests for information will not be accepted or returned. Biobased Products:� This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://beta.sam.gov/.� All interested firms must be registered on Contract Opportunities web site in order to obtain an Award/solicitation documents and all information regarding the solicitation.� Hard copies of the solicitation will not be provided. It is the responsibility of the Offeror to check the website daily for any updates/amendments.� Offerors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an Offeror ineligible for award.� The SAM website can be accessed at www.sam.gov/portal/SAM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50564415f0474946b8339834dd06ca48/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN05729317-F 20200724/200722230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.