SOURCES SOUGHT
99 -- Interlaboratory Study Test Solutions
- Notice Date
- 12/6/2022 7:05:16 AM
- Notice Type
- Sources Sought
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-MML-23-SS01
- Response Due
- 1/6/2023 9:00:00 AM
- Point of Contact
- Don Graham, Phone: 3019758567
- E-Mail Address
-
deg@NIST.GOV
(deg@NIST.GOV)
- Description
- Contracting Office Address National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD, 20899-1640 This is a Sources Sought Notice ONLY.� Requests for copies of a solicitation will not receive a response.� This Notice is for planning purposes only and is not a Request for Proposal or Request for Quotation or an obligation on the part of the National Institute of Standards and Technology (NIST) for conducting a follow-on acquisition.� NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested.� No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information.� NIST recognizes that proprietary components, interfaces and equipment, and clearly mark restricted or proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.� In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Requirement: Interlaboratory Study Test Solutions The Material Measurement Laboratory (MML) within the National Institute of Standards and Technology (NIST) is planning to conduct a series of interlaboratory studies for seized drug analysts in the forensic science community. As part of these studies, MML is seeking commercial partners who can generate test solutions that will be provided directly to forensic laboratories participating in the interlaboratory studies. While the interlaboratory studies will predominantly use solutions, identifying commercial partners who can generate, and ship, solid samples is also of interest. NIST is seeking information from sources regarding the following: Appropriate licenses to handle and ship substances that are controlled under the Drug Enforcement Administration (DEA) Controlled Substances Act Ability to produce test solutions � custom mixtures containing illicit drugs (opiates, opioids, cannabinoids, benzodiazepines, barbituates, aryrlcyclohexylamines, lysergamides, tryptamines, amphetamines, steroids, cathinones, and phenethylamines) and related substances (cutting agents, diluents, byproducts, and precursors). Ability to prepare test solutions as aliquots in amber glass ampoules� Ability to appropriately pack and label test solution ampoules for shipping per customer specifications Ability to ship test solutions to customers and directly to interlaboratory study participants Ability to handle collection of appropriate DEA-222 forms and verify recipients have valid DEA licenses prior to shipment Ability to perform quality assurance checks on the test solutions to verify that the solutions contain the appropriate compounds at the appropriate concentrations and provide complete documentation of quality assurance results to customer Acceptable quality assurance techniques include gas chromatography mass spectrometry (GC-MS), liquid chromatography mass spectrometry (LC-MS), nuclear magnetic resonance spectroscopy (NMR), gravimetry (for quantitative checks), and ambient ionization mass spectrometry (AI-MS) Ability to generate, ampoule, and complete necessary quality assurance checks on test solutions within 8 weeks of a request Ability to send a subset of ampoules to customer for additional quality assurance testing and to store remaining test solutions for up to 3 weeks prior to shipping to participants while additional quality assurance testing at customer is completed Ability to handle up to 30 requests for unique test solutions per year for a minimum of 3 years Ability to create at least 30 and up to 400 ampoules of an individual test solution Potential Optional Requirements: Ability to provide solid test materials to participants Solid test materials are custom mixtures of between one and ten compounds from the classes defined above, with pre-defined weight percentages Ability to ensure solid test materials are thoroughly homogenized so that the variation in concentration between aliquots is not greater than �2% Ability to prepare solid test materials as individual containers (glass or plastic) each containing no more than 50 mg of powder Ability to synthesize analogs or variations of compounds in the above listed classes, if required Interested parties shall describe the capabilities of their organization as it relates to the items described above.� NIST anticipates issuing a Request for Quotation in second Quarter of Fiscal Year 2023 and awarding a contract no later than third Quarter FY2023. NIST is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, 325199, is 1250 employees. Please include your company�s size classification and socio-economic status in any response to this notice.� After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a contract.� Companies that can provide such services are requested to email a written response describing their abilities to donald.graham@nist.gov no later than the response date for this sources sought notice. The following information is requested to be provided as part of the response to this sources sought notice: Name, Address, Government Unique Identifier number, CAGE code, and point of contact information of your company. Any information on the company�s small business certifications, if applicable. Description of your company�s capabilities as they relate to the item described in this notice. A description of your company�s previous experience providing the item described in this notice. Indication of whether the item described in this notice are currently offered via your company�s GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles. Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Any published pricing. Responses are limited to a total of twelve (12) pages. The responses must be in MS Word format.� Pages shall be 8�-inch x 11-inch, using Times New Roman 11 Point Font.� Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1"" margin space.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42b256a7813c468badbd713e14cedee5/view)
- Record
- SN06536691-F 20221208/221206230100 (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 |