Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

L -- Technical Assistance with Food Code Interpretations and Variance Responces

Notice Date
5/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical 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, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1055151
 
Archive Date
6/16/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Request for Services to Assist the Retail Food Protection Team in Conference for Food Protection work and the development of the FDA Food Code and its interpretations and variance responses. Solicitation Number: FDA1055151 Response Date: 1 June 2009 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 for a 100% small business set-aside. BACKGROUND: The Retail Food Protection Team (RFPT) provides expert technical support to the Agency’s Regional Food Specialists and to federal, state, and local regulatory programs. This is accomplished through several mechanisms, including the issuance of model codes and interpretative guidance, standardization exercises, and training courses. Retail Food Protection is a cooperative program that is administratively assisted, in part, by FDA’s participation in the Conference for Food Protection (CFP). In accordance with an FDA/CFP Memorandum of Understanding, biennial CFP recommendations related to the FDA Model Food Code that are made by the CFP membership of state and local regulatory jurisdictions and the retail food industry are reviewed and responded to by the Agency. The Center requires expertise in food safety at the retail level coupled with an intimate understanding of Agency rules, procedures, and policies that relate to retail food establishments. Specific knowledge and skills that are needed include experience in writing Food Code regulatory language and writing CFP position papers, as well as the ability to network within and outside of, CFSAN for collaboration on retail food topics that are cross-cutting with other CFSAN Office responsibilities. The work under this contract aligns with the FDA Food Protection Plan initiatives and goals, specifically targeted to the purpose of prevention and a deliverable of broad stakeholder awareness. SCOPE OF WORK: The work shall be divided into separate tasks: (1) Technical Assistance - for the FDA Food Code and variance requests. Tasks will involve assuring technical accuracy and writing of interpretations and variance request responses based on the FDA Food Code. This may include converting Agency positions into the interpretation format. (2) Conference for Food Protection: Tasks involve assistance to the RFPT in researching information to provide scientific justification in support of agency positions regarding conference recommendations and then assessing the consistency of this information in language used in the 2009 Food Code. Agency positions are pertinent talking points for the FDA representatives during Executive Board meetings and CFP Committee conference calls. Tasks may also include review and comment on CFP committee reports. (3) Interpretations and Opinions: Tasks will involve assisting the RFPT in developing and effecting interpretations and opinions related to specific Food Code provisions as well as assembling and cataloguing technical reference and historical materials that support these provisions in response to requests by regulatory or retail food personnel. This may include making ready the existing interpretations and opinions scheduled for inclusion in the new searchable database. This database is a critical part of assuring consistent compliance from State to State. Specific Qualifications & Experience: The proposed Contractor shall have drafted Food Codes for both state regulatory agency private industry and for a Federal Agency. Qualified persons shall have trained others in both the technical writing and the scientific justifications and concurrences needed to produce this widely accepted document. The Contractor shall be intimately familiar with the eight Chapters and seven Annexes of the Food Code and other interpretive guidance documents for retail food. Contractor shall demonstrate past working relations with a Federal Agency, state agency, consumers and industry regarding food safety issues at the retail and food safety level. In that same capacity, the Contractor shall have conducted numerous field standardization exercises. Contractor shall have participated in the Conference for Food Protection (CFP) and have prepared Position Papers for such conferences. Contractor shall have working relations (liaison) on behalf of other Federal Agencies (USDA and CDC) to coordinate policy decisions on specific food safety issues. A resume is required for the position which measures the qualifications and experience of the proposed contractor detailed in the requirement. A “man year” equates to 1880 hours. One resume is to be provided for the combined labor category as follows: Technical Writer III (Occupation Code 30463) and Computer Operator V (Occupation Code 14045) A total of one (1) resume shall be included with your proposal for evaluation. Resumes shall not be submitted for the labor categories containing zero hours. Personnel proposed by the offeror will be evaluated for their formal education/training, technical skills and years of experience against the desired qualifications set forth in Attachment A. All resumes shall be weighted equally for evaluation purposes. Resumes that meet the desired qualifications will be scored in the acceptable range, while those that exceed the desired requirements of education and/or experience will be scored higher." For instance, if the requirement is for a Bachelor's degree and the proposed person has a Masters degree they would receive extra credit (i.e. Acceptable versus Exceptional). The resumes will be scored against the following criteria: 1. Formal Education and/or training. 2. General Experience. 3. Specialized Experience. 4. Previous work experience clearly indicates skill and ability to perform in the labor category for which he/she is being proposed. A price breakdown should be submitted in the following format for evaluation: Base Year: I. Fully Burdened Hourly Rate Item description: a. Technical Assistance - for the FDA Food Code and variance requests: ___ hours at a rate of $____ per hour = $______ or $______/month or __ hours/month b. Conference for Food Protection: ___ hours at a rate of $____ per hour = $______ or $______/month or __ hours/month c. Interpretations and Opinions: ___ hours at a rate of $____ per hour = $______ or $_______/month or __ hours/month Total Fully Burdened Hourly labor costs = $_______ ($_______/month or ____ hours/month) Option Year 1: Total Fully Burdened Hourly labor costs $______ Option Year 2: Total Fully Burdened Hourly labor costs $______ Period of Performance: Base year and 2 option years. QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 25 May 2009. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The Government will evaluate offers for award purposes by adding the base price plus all options to arrive to the total price for the requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise an option line item. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," 2) Past Performance and 3) Price. Technical Capability and Past Performance is significantly more important than price. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include their understanding of the requirement, technical approach and past performance that can clearly support your quote. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Small Business Set-Aside; Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-6 Davis-Bacon Act 52.222-7 Withholding of Funds 52.222-8 Payrolls and Basic Records 52.222-12 Contract Termination-Debarment 52.222-13 Compliance with Davis-Bacon and Related Act Regulations 52.222-26 Equal Opportunity 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act—Supplies; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. The Government intends to award a labor hour contract as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 541690; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, College Park, MD 20740. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 1 June 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1055151/listing.html)
 
Record
SN01819791-W 20090517/090516161502-9414ee00dc4e3e714bde33099623a4f7 (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.