Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
MODIFICATION

B -- Peer Review

Notice Date
8/12/2004
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
F6102904
 
Response Due
8/27/2004
 
Archive Date
9/11/2004
 
Point of Contact
Mark Schmall, Contract Specialist, Phone (301) 827-7164, Fax (301) 827-7106,
 
E-Mail Address
mark.schmall@fda.gov
 
Description
(i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for quote (RFQ). (ii) The solicitation number is F6334104. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 541611. (v) The Government??s intention is to award the requirement to the contractor that provides the best value to the government. (vi) The contractor shall supply all of the necessary personnel, supplies, equipment, and facilities (except those specified as government-furnished) to perform the following tasks: TASKS 1. Develop recommendations for CFSAN to consider in implementing a comprehensive peer review program for food safety risk assessments. The recommendations shall include: - A description of the proposed process by which peer review is to be conducted, and - The specific elements that a reviewer should consider in evaluating in a food safety risk assessment. The elements should include the criteria used to evaluate the completeness, accuracy, and transparency of the underlying science used in the risk assessment including the data, assumptions, and modeling techniques. 2. Present the proposed recommendations to CFSAN staff for review and comment. 3. Prepare and finalize a project report. The report should include a description of the proposed peer review process and review procedures. The report shall also include the elements of the peer review, along with a detailed evaluation of the benefits and limitation of these elements. REPORTING REQUIREMENTS AND DELIVERABLE ITEMS - Two paper copies and one electronic copy of quarterly progress reports. - At least quarterly discussions with the CFSAN project officer regarding the direction of the work and progress. Update for each quarterly report via telephone contact. - By the second quarter, complete Task 1 (see above), recommendations for CFSAN to consider in implementing a comprehensive peer review program for food safety risk assessments. - By the third quarter, complete Task 2 (see above), presentation by contractor to CFSAN staff and discussions of the recommendations. - By the fourth quarter, complete Task 3 (see above), report of the description of the proposed peer review process and review procedures. Before the report is finalized, a draft report shall be submitted to CFSAN for review and comment. For additional information on peer review please see the following 2 Internet addresses, www.hhs.gov/infoquality/fda.html http://www.whitehouse.gov/omb/inforeg/regpol.html (vii) The period of performance is August 30, 2004 through September 1, 2005. Offerors may not propose alternative delivery dates. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are more important than price. The technical evaluation will be a determination as to whether the proposed contractor is capable of supplying the access. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed service to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-3, FAR 52.225-13, FAR 52.225-16, FAR 52.232-33 FAR 52.222-41 FAR 52-222-42. Clauses and provisions are incorporated by reference and apply to this acquisition. (xiii) A standard commercial warranty is required. Clauses and provisions can be obtained at http://www.arnet.gov. (xv) No numbered note attached. (xvi) Offers are due either in person or by fax on August 27, 2004, by 1200 hours, at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. (xvii) For information regarding this solicitation, please contact Mark Schmall at (301) 827-7164, FAX (301) 827-7106 or email mark.schmall@fda.gov. Amendment 1 Question: Is a contractor currently doing this or similar work and who would that be along with the contract number? Answer: No contractor is doing this work.
 
Place of Performance
Address: 5100 Paint Branch Parkway, College Park, MD
Zip Code: 20740
 
Record
SN00642279-W 20040814/040812211803 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.