Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
SOURCES SOUGHT

A -- Isolation and Identification of Special Pathogens from Food

Notice Date
4/11/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
HHSF223200510017C
 
Response Due
4/21/2005
 
Archive Date
4/21/2005
 
Description
This announcement constitutes a Sources Sought Synopsis. Responses to this publication are solicited to identify qualified sources. Qualified sources are limited to 8(a) or small business concerns only, who have the interest and ability to provide FDA?s Center for Food Safety and Applied Nutrition (CFSAN) with the services detailed below. Other social economic programs such as woman owned, veteran owned, HUBZone, etc, may further limit competition. The NAICS code for this procurement is 541710. This is not a request for a formal proposal This synopsis seeks to identify the interest from potential 8(a) and small business contractors for a project entitled, "Isolation and Identification of Special Pathogens from Food. Contractors expressing an interest should provide capability statements. Capability statements should include a description of the organization?s experience and past performance with similar work. CV?s for key personnel should be included in the capability statement. Interested contractors shall also provide (1) an outline of specific work previously performed or being performed; (2) the professional qualifications and specific experience of staff who may be assigned to the requirement (3) any other specific and pertinent information as pertains to this Sources Sought Notice that would enhance our consideration and evaluation of the information submitted. Responses must reference Request for Information (RFI) number HHSF223200510017C and include the following: (1) name and address of firm, (2) type of business (i.e.: small business, small disadvantaged 8(a) certified, woman-owned small business, small disadvantaged business (not 8(a) certified), veteran-owned small business, etc.) (3) two points of contact: name, title, phone, fax and e-mail, (4) DUNS number, (5) NAICS codes, (6) contractor?s capabilities statement: providing the information stated above, (7) list of customers covering the past 3 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer, reference and customer point of contact with phone number, and identify your role as either the Prime or Subcontractor. Responses shall be submitted via e-mail to: earnold@oc.fda.gov. not later than April 21, 2005. Scope of Work This project is intended to help provide CFSAN with proven methods for detecting specific Biosafety Level 2 (BSL-2) and Biosafety Level 3 (BSL-3) microbial contaminants in particular high priority foods. This contract is also intended to provide CFSAN with data on the stability of biothreat agents in foods, and the affects of environmental parameters on the survival of these pathogens in food. Independently and not as an agent of the Government, the contractor shall furnish the necessary personnel, materials, services, facilities, and otherwise do all things necessary for or incident to the performance of the work as described below. To accomplish the requirements for this contract the contractor must have access to both a Biosafety Level 2 (BSL-2) and a Biosafety Level 3 (BLS-3) laboratory registered with the Centers for Disease Control and Prevention select agent program that can conduct research with fully virulent strains of Bacillus anthracis, Yersinia pestis, Francisella tularensis, Brucella spp., and Burkholderia mallei and pseudomallei. The laboratory must have access to a strain collection of B. anthracis, Y. pestis, F. tularensis, Brucella spp., and B. mallei and pseudomallei to complete the work required for this contract. The facility must have a USDA Animal and Plant Health Inspection Service (APHIS) import permit to receive specific strains of B. anthracis, Y. pestis, F. tularensis, Brucella spp., and B. mallei and pseudomallei that the Government may require for use on this contract. The facility must have a security plan in place to safeguard the data generated from this contract. It is highly desirable that at least one person working directly on this contract has a security clearance at the Secret Level or above. The contractor must have knowledge on the isolation and identification of bacterial pathogens from food. The facility must have the capability to conduct studies using immunomagnetic capture (IC), polymerase chain reaction (PCR), and have capability to develop selective microbiological growth media based on the growth requirements of the pathogen. It is highly desirable that the contractor currently have methods for in place for IC-PCR isolation and identification of F. tularnesis and Brucella spp. from foods. If these methods are not currently available, the contractor must have capability to develop them rapidly (within 3 months of award) and validate them in high priority food matrices specified by the Center for Food Safety and Applied Nutrition. All services shall be provided in a timely manner to help ensure that CFSAN can fulfill its regulatory responsibilities and guard the American public from intentional or accidental contamination of the food supply with these microbiological agents. The various types of tasks may include, but not be limited to, the following: 1. Develop methods for the isolation and detection of biothreat agents from high priority food matrices specified by CFSAN. 2. Develop methods for the isolation and detection of biothreat agents from high priority food matrices specified by CFSAN using immunomagnetic capture and polymerase chain reaction (IC-PCR) technology. 3. Develop a multiplex assay based on IC-PCR for the simultaneous isolation and identification of several threat agents from specified food matrices. 4. Validate methods for the isolation and detection of biothreat agents from high priority food matrices specified by CFSAN. 5. Evaluate biothreat agent survival in high priority food matrices under various storage conditions. 6. Develop enrichment and selective media for the isolation and detection of biothreat agents from foods. 7. Determine the thermal tolerance of biothreat agents in high priority food matrices specified by CFSAN. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST ARRIVE ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS APRIL 21, 2005. Point of Contact - Ed Arnold, Contract Specialist ? Phone 301-827-7161 or Elizabeth Osinski, Contracting Officer ? Phone 301-827-7043. Food and Drug Administration OAGS/DCGM/COB Attn: Ed Arnold 5630 Fishers Lane, Room 2103, HFA-500 Rockville, Maryland 20857-0001
 
Record
SN00785837-W 20050413/050411211814 (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.