Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

B -- ergosterol & 3-hydroxy fatty acid analysis

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2004-Q-11832
 
Response Due
8/12/2004
 
Archive Date
8/12/2004
 
Point of Contact
Thomas Dorsey, Contract Specialist , Phone (770) 488-2625, Fax (770) 488-2670, - Thomas Dorsey, Contract Specialist , Phone (770) 488-2625, Fax (770) 488-2670,
 
E-Mail Address
tjd6@cdc.gov, tjd6@cdc.gov
 
Description
The Centers for Disease Control and Prevention is soliciting for qualified vendors for the following: The National Institute for Occupational Safety and Health (NIOSH), DRDS, Field Studies Branch in Morgantown, WV has a requirement for analysis of bulk dust samples for ergosterol and 3-hydroxy fatty acid content in support of the NORA work-related asthma in buildings project. Analysis results will be supplied to the Government with an option to provide additional services should the results obtained from the initial analysis be acceptable to NIOSH investigators. Specifications Required: a) The offeror laboratory must demonstrate experience in gas chromatography/mass spectrometry (GC/MS) analysis of ergosterol and 3-hydroxy fatty acids in samples of bulk dust. For example, experience can be demonstrated with peer-reviewed first authorship presentations or pulications on the subject of GC/MS analysis of ergosterol and 3-hydroxy fatty acids; b)The offeror laboratory must provide NIOSH with written sample analysis and quality assurance/quality control protocols. Deliverables: The data must be furnished to NIOSH in hard copies as well as in electronic form (MS Access/Excel and tab-delimited text for database, MS word file format for documents). There should be a clear explanation of the variables included in the electronic database in the report. Period of Performance: The contractor shall complete the sample analysis within 6 months of laboratory receipt. Technical Proposal: The technical discussion shall be presented in as much detail as practical. Proposals will be evaluated using the following considerations: 1) The offeror laboratory must demonstrate experience in GC/MS analysis of ergosterol and 3-hydroxy fatty acids. For example, experience can be demonstrated with peer-reviewed first authorship presentations or publications on the subject of GC/MS analysis of ergosterol and 3-hydroxy fatty acids. Criteria: Providing experience with GC/MS analysis of ergosterol and 3-hydroxy fatty acids---------------1; Not providing------------no further consideration for evaluation; 2) The offeror should provide qualifications of any key laboratory personnel that would be involved with sample analysis. Criteria: Based on professional judgement, qualified-----------------1, Not qualified------------------0; 3) A detailed quality assurance protocol must be specified in the proposal submitted to NIOSH. Offeror laboratory shall describe in detail quality control procedures. Criteria: Based on professional judgement, good------------------3, Adequate---------------------2, Inadequate-------------1, Not providing data--------------0; 4) In the proposal, the contracting laboratory must specify how samples are stored and handled after collection in their laboratory (e.g. sample form to be stored, temperature, relative humidity, other environmental parameters, detailed sample handling procedure, and data logging etc.). Criteria: Specifying the procedure--------------------1, Not specifying--------------0; 5) Any exceptions to the specifications, deliverables or delivery schedule shall be clearly identified in the proposal. If offeror cannot meet the desired turnaround time, an alternative time line shall be provided in the proposal, with a justification for the proposed change. Criteria: Turnaround time = < 6 months------------------3, 6 < Turnaround time < 12 months---------------2, Turnaround time > 12 months-----------1, Not providing data---------------------0. All evaluation points will be added up and then divided by the possible maximum points to get percent score (0 to 100%). Evaluation: Proposals will be evaluated in accordance with applicable acquisition policies and procedures. The Simplified Acquisition procedures of FAR Part 13 apply. Proposals submitted under this RFQ will be evaluated in two parts. Technical qualifications will be considered first to determine technical acceptability and compliance with solicitation. Cost will be secondary, with award being made to the offeror whose proposal is considered most advantageous to the Government. The North American Industry Classification (NAICS) Code is 541990, $6.0 million dollars, for this requirement. This requirement is not a small business set-aside. Interested vendors capable of furnishing the Government with the products in this synopsis should submit two (2) copies of a quotation to the below address. The quotation shall include the itemized price, prompt payment terms, the F.O.B. point (Destination or Origin), Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs), and descriptive literature of the product quoted. The quotation must reference Solicitation Number 2004-Q-11832. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or August 12, 2004, by 3:00 pm local (EST) time, whichever is later. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the Centers for Disease Control and Prevention, 2920 Brandywine Road, Atlanta, GA 30341, ATTN: Tommy Dorsey. Email quotations will only be accepted if dated and signed by an authorized company representative to tjd6@cdc.gov.
 
Place of Performance
Address: DHHS PHS CDC NIOSH ALOSH, 1095 Willowdale Rd, Morgantown, West Virginia
Zip Code: 26505
Country: USA
 
Record
SN00631877-W 20040730/040728211829 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.