Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
MODIFICATION

R -- LABORATORY TESTING FOR ERYTHROCYTE PROTOPORPHYRIN

Notice Date
3/11/2005
 
Notice Type
Modification
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2005-Q-01834
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
Point of Contact
Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, - Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083,
 
E-Mail Address
bcg1@cdc.gov, bcg1@cdc.gov
 
Description
Amendment 0001. The due date for proposals is hereby extended to 3:00 p.m., Tuesday, March 15, 2005. PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued unrestricted as Request for Quotation No. 2005-Q-01834. The NAICS is 621512 with a size standard of $11.5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. The CDC, National Center for Health Statistics (NCHS) has a need for testing serum samples for erythrocyte protoporphyrin. In June 2004, the NCHS Contracting Office advertised in FedBizOpps for this testing, but received no acceptable proposals. SCOPE OF WORK -- PROVIDE LABORATORY TESTING FOR ERYTHROCYTE PROTOPORPHYRIN Nature of Services: Serum from participants aged three to five years and females aged twelve to forty-nine years will be tested for erythrocyte protoporphyrin. The assay requested is the molecular fluorometry using a spectrofluorometer calibrated with protoporphyrin IX (PPIX) standard solutions assay. These measurements will be used to produce erythrocyte protoporphyrin distributions and reference ranges for the U.S. population. Proposed Services: Provide laboratory testing for erythrocyte protoporphyrin for the National Health and Nutrition Examination Surveys (NHANES) in 2005-2007. The contractor will provide the laboratory results using their equipment. NCHS will not be buying any equipment for performance. Surplus specimens will be sent to the NCHS surplus sera repository on a yearly basis or at a time mutually agreed upon by the contractor and the project officer. Period of Performance: Date Awarded through March 1, 2007. Deliverables: 1). Repeat a 2% random sample of the samples tested to monitor the reproducibility of results. 2). Notify the Project Officer immediately of any current or foreseeable problems with the data collection and/or preparation. The need for modification in procedures shall be determined by the mutual agreement of the Contractor and the Project Officer. All modifications shall be documented in the laboratory manual as to how and why they were imposed. 3). Submit a progress report quarterly, beginning three months after the start of data collection, to the Project Officer including: 1) a summary of the status of all specimens including date of arrival, deviations from protocol, handling, storage, and manipulation of vials and all laboratory procedures used; and 2) a description of any major problems such as missing data, out of range values or inconsistent data and what was done to overcome them, and plotted graphs of each pool of control. The format of the report will be decided between the Contractor and NCHS Project Officer. 4). Submit results electronically to Westat on a flow basis. All results shall be submitted within three (3) weeks following the receipt of the specimens. 5). Three months after the start of the Contract, the Contractor shall deliver a laboratory manual that includes detailed information on techniques and materials to be used in the assay and the quality control procedures. This manual must be reviewed and updated on a periodic basis throughout the two-year study. All updates must be delivered to the Project Officer. This manual must be delivered in an electronic format using Word. Provide the following Contract Line Items: CLIN 001, Erythrocyte Protoporphyrin Samples, NHANES 2005-2006 in accordance with the Statement of Work, 4,382 EACH; OPTIONAL CLIN 002, Erythrocyte Protoporphyrin Samples, NHANES 2007-2008 in accordance with the Statement of Work, 4,382 EACH. (NOTE: The exercise of options is dependent upon both research and funding priorities.) Partial payments shall be made. If all options are exercised, the period of performance could span four years. PROPOSAL REQUIREMENTS FOR EVALUATION CONSIDERATION: The Contractor should demonstrate that the choice of assay that are stable throughout the testing period. The contractor shall provide a modification of the method of Sassa et al. The methods should be standardized against standard reference material. The test system must be capable of high throughput to accommodate the projected workload on a weekly basis. The same assay must be available for the entire four years period of the contract. A technical discussion shall be presented in as much detail as practical to address the following evaluation criteria: 1. UNDERSTANDING OF THE PROBLEM AND STATEMENT OF WORK ? (30 points) A clear and succinct statement of the problem, scope, purpose, and objectives of the project in the Offeror's own words to demonstrate his/her complete understanding of the intent and requirements of this contract and potential problems which may be encountered in completing this study. This section should address potential issues the Offeror may see in the collection, shipping and processing of the specimen in addition to the testing of the samples. A discussion of the laboratory method the Offeror proposes with the reason this method is preferred over other test methods, if applicable. 2. APPROACH ? (30 points) The proposed approach to comply with each of the requirements specified in the Statement of Work, including phasing of tasks, methods to be utilized, person hours for key personnel, and scheduling of time and resources. The offeror should specify laboratory equipment, methods and materials for the analysis, and the amount of specimen required to perform the test and for repeat tests if unusual values are observed. The definition of unusual or out-of-range values will be agreed upon by the Contractor and the Project Officers but should be discussed in the proposal. The Offeror must describe methodology by which all laboratory personnel are made cognizant of the proper laboratory methods and techniques to be used in the study. The Offeror should propose systems for receiving and storing samples, assay calibrations, performing assays, quality control including verification of calibration with available reference materials, and participation in available external proficiency testing programs, and recording and reporting results. The methods to assess day-to-day variability should also be stated. Minimum requirements for reporting results are stated in section C of the scope of work, but these requirements may be waived for offerors who propose alternative methods of accomplishing the project objectives. 3. PERSONNEL-(30 points) Include a description of the project organization including person-hours for each key individual including bench level staff and curriculum vitae detailing relevant training and experience. Demonstrate for each key person their experience, expertise, and qualifications to perform the duties described in the scope of work. The functions of each key person, therefore, must be described and related to each individual's qualifications. An overall management schedule of critical events also shall be presented indicating expenditure of person-hours. 4. FACILITIES-(10 points) A description of the number of year?s the laboratory has been performing the test(s), equipment, location and space available for performance of the contract analyses. The contractor shall use an automated system for data handling and transmittal; therefore this description will include the capability of transmitting data in a computer readable format for electronic transmission. Other required criteria: Using the reference ethyl acetate acetic acid extraction technique and the need to demonstrate long term QC with at least 4 different levels of control based on certified reference lyophilized blood materials over the last 3 years and successful participation in three external PT programs. EVALUATION: Proposals will be evaluated in accordance with applicable acquisition policies and procedures The Simplified Acquisition procedures of FAR Parts 12 and 13 apply. The relative importance of cost is secondary to the technical proposal. The Government intends to award a commercial order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. Failure to provide sufficient information to demonstrate compliance with all requirements included herein may result in rejection of your offer. GENERAL INFORMATION: All prices shall be F.O.B. Destination. Offers will be evaluated to determine technical compliance with the specification. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items ; 52.212-2, Evaluation -- Commercial Items ; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act ? Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.33, and Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3). Form 1449 is available at http://www.gsa.gov/forms. OFFERS ARE DUE Tuesday, March 15, 2005, 3:00 P.M. local prevailing time. THE FOLLOWING INFORMATION MUST BE SUBMITTED WITH YOUR PROPOSAL. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (with proposal); (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3; (4) technical discussion which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All proposals must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882. Offers may submit written offers to: DHHS, PHS, CDC, PGO/AAFB, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2005-Q-01834, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency. .
 
Record
SN00766757-W 20050313/050311211707 (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.