Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOURCES SOUGHT

B -- Foodborne Pathagen Survellance for Fresh Produce

Notice Date
4/20/2009
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-09-1055919
 
Archive Date
5/7/2009
 
Point of Contact
Dominique H Malone, Phone: (301) 827-7227, Patricia M Pemberton,, Phone: 301-827-1022
 
E-Mail Address
dominique.malone@fda.hhs.gov, patricia.pemberton@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
A. General Information: In accordance with FAR 15.201(e), this request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the announcement. This is a Sources Sought regarding potential sources. The Food and Drug Administration (FDA) requires Professional Services to provide consultation, advisory and project management services to Foodborne Pathogen Surveillance for Fresh Produce. The intent of this SOURCES SOUGHT announcement is to conduct market research to identify sources to support informed decisions to procure for the required services, i.e., a total small business set-aside action (e.g., SBA Certified 8(a), Service-Disabled Veteran Owned, HUBZone, Small Disadvantaged, Veteran-Owned, Women-Owned,), GSA task order, etc. Our intention is to specifically identify small businesses. This notice is a Request for Information (SOURCES SOUGHT) for all interested qualified small businesses that meet the requirements for this effort. The North American Industrial Classification System (NAICS) code is 541380 with a small business size standard of $12 million. This is not an invitation for bid, request for quote or other solicitation. B. Statement of Work Base Contract: The contractor shall: Independently, and not as an agent of the Government, furnish the necessary personnel, services, and otherwise do all things necessary for, or incident to, the performance of the work. The contractor shall provide staff (contract staff) to be trained and capable of performing the tasks as described in this contract providing quality of work. Ensuring the American public that their food supply is safe to the consumer is a paramount mission of the US Food and Drug Administration. The Center for Food Safety and Applied Nutrition, in conjunction with ORA, has the responsibility to provide the technology and methods for the analysis of foods. The emphasis of this contract is to focus on obtaining data that will reflect a broader scope of the frequency and levels of bacteriological human pathogens that have historically been associated with fresh produce commodities and a variety of ready-to-eat (RTE) foods. Since the United States government has been advocating that the American public consume more fresh produce so Americans can lead longer and healthier lives, it is incumbent on all the players in this field, from the grower, processor, transporter, and grocer to the government agencies that provide an oversight on food production, to ensure that foods are safe to consume. This should apply to produce commodities grown and processed domestically and to imported foods as well, since the United States imports much of its food supply. All commodities that enter this country should also be devoid of any biological or chemical agent that can be deleterious to health. Since the late 1990’s, there have been an average of 16 foodborne outbreaks annually attributed to fresh produce. In many cases, the source of the outbreak is unknown; however, some, such as the recent Salmonella outbreak associated with jalapeno peppers, made national and international news. Although the Food and Drug Administration in 1998 (final guidance in 2007) issued its “Guide to Minimize Microbial Food Safety Hazards for Fresh Fruits and Vegetables” (Good Agricultural Practices and Good Manufacturing Practices), the Agency has had to respond to several major produce-related outbreaks over the past few years. The potential risks, from either zoonotic or human sources, to contamination with either a viral, protozoan or bacterial human pathogen can be traced to specific commodities, locations (domestic and imports), water sources and perhaps equipment used in processing and collection. For instance, examples of contaminated commodities include leafy greens (EHEC, Salmonella), tomatoes (Salmonella), green onions (HAV, Shigella), cantaloupe (Salmonella), parsley, cilantro, culantro (Salmonella, Shigella). In order to better understand how pervasive microbial pathogens are in fresh produce commodities the objective of this contract is to analyze selected foods for the presence of Salmonella, Shigella, and Escherichia coli O157:H7. As for RTE foods, our focus will be on Listeria monocytogenes. Our plans include the generation of a database for these select produce as to the frequency of isolation/detection of the aforementioned pathogens in each commodity as it relates to its geographical location and growing season. The impact of such data collection could have an affect on any Produce Safety Regulatory Options Developed by FDA with the following parameters: Consistent across the U.S., based on sound science, overarching (most commonly consumed fresh produce), accommodate specifics (commodity, region, operations, practices, size of establishment), and allow the U.S. to meet its obligations under WTO SPS. All data collected as part of this contract will be evaluated for potential posting at www.FoodRisk.org is an online information resource providing data, tools, and resources for risk analysis professionals. The site is hosted by the Joint Institute for Food Safety and Applied Nutrition (JIFSAN) which is a partnership between FDA and the University of Maryland. FoodRisk.org has agreed to host the formatted data and make it available through the website. Having the data of this study from surveying environmental and food samples in regard to the presence of Listeria monocytogenes in RTEs, purchased from supermarkets data accessible through JIFSAN will help FDA and others refine existing food safety risk assessment models, build improved models, and develop appropriate consumer education and outreach campaigns. FDA supports the need to reformat the data and make it widely available through the internet. B1. General The contractor shall work closely with CFSAN throughout this requirement. All services shall be provided in a timely manner to help ensure that CFSAN can fulfill its regulatory responsibilities and protect the American public from intentional or accidental contamination of the food supply with microbial pathogens. B2. Specifics The various types of task could include, but not limited to, the following: 1. Collect minimally processed (e.g. bagged) and raw produce commodities, as specified by CFSAN, from local supermarkets. These produce commodities should be collected from the months of July-September, 2009. 2. Analyze these agricultural foods for the presence of Salmonella, Escherichia coli O157:H7 and Shigella using methods described by CFSAN. 3. Any bacterial pathogens isolated, and not limited to those mentioned above or below, from any produce or other food commodity identified, analyzed shall be promptly and properly sent to CFSAN. 4. Collect and analyze tomatoes gathered from roadside stands from states specified by CFSAN. Analytical methods to detect and isolate Salmonella and Escherichia coli O157:H7 will be described by CFSAN. 5. Any study within this contract will include the date of collection, date of analysis, microbiological methods used for analysis, and the results provided as discussed in section F-1. All collection and analyses should be conducted in such a manner that the samples are to be considered as a blind study. 6. The contractor should have the capability of designing a study to collect, analyze and report data from analysis of samples for Listeria monocytogenes in ready-to-eat meats, purchased from supermarkets. In addition, the contractor must be capable of proposing and executing a study to process environmental samples/swabs from the same supermarkets that the former food samples were collected. All food and environmental samples should be collected and analyzed as if a blind study. This will include: a) The ability to design nationally representative sampling protocols. b) The capability to collect both food and environmental samples (e.g. swaps from walls, drains, slicing equipment). c) The capability to analyze samples using both presence/absence and enumeration methods. C. Project Background: In performing the work as described in Section C-1, “Scope of Work,” the Contractor shall consider the following: The Food and Drug Administration, Center for Food Safety and Applied Nutrition (CFSAN) has specific regulatory responsibilities directed at ensuring the safety of food, food additive, dietary supplement, and cosmetic products. In part, CFSAN maintains an active research program for the purpose of developing and applying technologies to detect, to identify and evaluate microbial hazards that may contaminate products either naturally or intentionally. This contract is intended to provide CFSAN with a broad overview of the presence, frequency and levels of microbial pathogens in foods with emphasis on produce commodities. Outbreaks due to the contamination of produce have received a heightened interest from the American public. This contract should provide significant data on the prevalence of selected bacterial pathogens in a wide variety of produce commodities and a broad view of the presence of Salmonella in tomatoes. The overarching objectives of this contract are to provide significant baseline data of potential microbiological hazards associated with the consumption of raw and minimally processed produce and to identify other microbial-related environmental and food-related risks. D. Contract period of performance The period of performance for the base year of this contract will be on or about June 1, 2009 thorough July 31, 2010. This contract will have a base year and four option years. E. Procurement/Contract Strategy: It is anticipated that an indefinite delivery, indefinite quantity (IDIQ) contract will be awarded. The contract will have a period of performance of 1 base year with 4 option years. This is a new requirement. The (NAICS) code is 541380 with a small business size standard of $12 million. F. Capability Statement Requirements: Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (“Limitations on Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Respondents must address their capability, experience and knowledge directly correlated to the Statement of Work. Interested offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE on or before 4:00pm, Eastern Time, April 22, 2009. The capabilities response shall be e-mailed to: Dominique.Malone@fda.hhs.gov. Responses to the notice will not be returned. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. G. Additional Requirements/ Instructions for Submitting SOURCES SOUGHT Responses to FDA: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for 541380, size standard $12 mil and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at ) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to in Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. a.Responses to this notice must be received by the Contract Specialist, Dominique.Malone@fda.hhs.gov on or before 4:00pm, Eastern Time, April 22, 2009 b.Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. c.All transmitted information marked proprietary shall be treated as such. Therefore, businesses should identify any proprietary information in their SOURCES SOUGHT response. Proprietary materials will neither be distributed, nor discussed with, any other organization. Information submitted in response to this SOURCES SOUGHT will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. H. Other Information: The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Any responses received will not be used as a proposal. FDA does reserve the right to utilize any non-proprietary technical information in the anticipated SOW or solicitation. Information received will be considered solely to make informed decisions regarding a potential procurement. Responses to the SOURCES SOUGHT will not be returned and will not be accepted after the due date. All communications shall be by email. Respondents will not be notified of the results of the review of the responses. On behalf of the Food and Drug Administration, thank you for your interest.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9add2836f0258315584b45569ee7e7e&tab=core&_cview=1)
 
Place of Performance
Address: Food and Drug Administration, Center for Food Safety and Applied Nutrition, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01797078-W 20090422/090420221349-b9add2836f0258315584b45569ee7e7e (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.