Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

A -- Radiochemist Research Associate

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
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 Field Finance & Acquisition Services, HFT-320 3900 NCTR Road, Jefferson, AR, 72079-9502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FY0732379
 
Response Due
8/22/2007
 
Archive Date
9/6/2007
 
Point of Contact
Priscella Sullivan, Director, OFFAS, Phone (214) 253-5274, Fax (214) 253-5315,
 
E-Mail Address
psullivan@fda.hhs.gov
 
Description
Contracting Office Address Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, One Montvale Avenue, Stoneham, MA 02180 Description The Food and Drug Administration intends to award a Purchase Order to the University of New Hampshire, Department of Microbiology, Rudman Hall, Durham, NH 03824 for the services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. (i) This is a combined synopsis/solicitation for commercial items 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 are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-07-_FY0732379______. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18, July 5, 2007. (iv) This is a firm fixed price requirement to a university. All responsible sources may submit a quote which shall be considered. The associated North American Industry Classification System (NAICS) Code is 541712. (v) The Food and Drug Administration is soliciting for two radiochemists, research associates in support of the Office of Regulatory Affairs? microbiological Food Emergency Response Network (FERN) program its Winchester Engineering and Analytical Center. The following assistance will be acquired: Identify, develop, collaborate, and publish research in the following areas, Determination of the persistence of Yp in regulated foods. Current research has shown that Yp persists for prolonged periods in a select number of foods and potable liquids. Additional work is needed to look at other matrices. This would include both cultural and molecular techniques. Determination of the persistence of Francisella tularensis (Ft) in potable liquids and foods. For Ft, this means that the persistence of the organism within any potential delivery vehicle must be ascertained. This information will be important to develop a sampling plan strategy to enhance laboratory preparedness. Determination of persistence of Bacillus anthracis (Ba) in potable liquids and foods. As with Ft, for Ba this means that the persistence of virulent forms of the organism within any potential delivery vehicle must be ascertained. This information will be important to develop a sampling plan strategy to enhance laboratory preparedness and better utilize resources. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Destination, with services on-site. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance is _14_______ after receipt of order (ARO) for a period of one year.. FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, One Montvale Avenue, Stoneham, MA 02180. (vii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made for the lowest priced technically acceptable proposal. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. 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 (such as cuts, illustration, drawings, or other information) 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. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xiv) Applicable Numbered Note(s) 1. (xv) Offers are due in person, by mail or fax on or before _______, 2007 by 15:00 hours (Eastern Standard Time-Local Prevailing Time in Stoneham, MA), at Food and Drug Administration OC/OSS/OFFAS, Attn: Karen Conroy, One Montvale Avenue, Stoneham MA 02180. (xvi) For information regarding this solicitation, please contact Karen Conroy @ (781) 596-7715, FAX (____) _______, email karen.conroy@fda.hhs.gov. Point of Contact Karen Conroy, Contract Specialist, Phone (781) 596-7715, Fax (_781-__) 596-7715_______, Email karen.conroy@fda.hhs.gov - Priscella Sullivan,Supervisory Contract Specialist, Phone (214-253-5274 Email priscella.sullivan@fda.hhs.gov Place of Performance University of New Hampshire Department of Microbiology Rudman Hall Durham, NH 03824
 
Place of Performance
Address: University of New Hampshire., Dpt. of Microbiology, Rudman Hall, Durham, NH 03824
Zip Code: 03824
Country: UNITED STATES
 
Record
SN01368719-W 20070812/070810220749 (fbodaily.com)
 
Source
FedBizOpps 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.