Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

99 -- NANOSCALE SILVER PARTICLES TEST MATERIALS

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
09-222-SOL-00124
 
Archive Date
9/1/2009
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Purchase Order for the supplies/services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. 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. This is a 100% small business set-aside. The solicitation number is 09-222-SOL-00124. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35, July 14, 2009. The associated North American Industry Classification System (NAICS) Code is 541990 All Other Professional, Scientific and Technical Services and size standard is $7mil. The Food and Drug Administration is soliciting for Nanoscale Silver Particles Test Materials for the Pilot Phase and must meet the following: 1. Three sizes, <20 nm, 50-70 nm, and 100-120nm, sphere shaped, citrate stabilized, thoroughly characterized. 2. All sizes (<20 nm, 50-70 nm, and 100-120nm) of nanoparticles should be available simultaneously from the same supplier. 3.The particles should be characterized and the supplier should provide the results of analyzes showing the: size, size distribution, shape, morphology, dispersivity, concentration, elemental composition, and UV-Vis absorbance spectra. 4.The supplier should provide the results of preliminary experiments on stability of nanoscale particles offered, including experiments on stability in different types of media and solutions that we will use in our experiments to dose animals and conduct cell culture experiments, such as PBS, physiological saline, rat blood, DMED and EMEM growth mediums. 5.AgNP test material should be of sufficient concentration to conduct dose-finding experiments. 6.After the pilot phase of the study is completed, the test material in sufficient amount should be available from the same supplier and all the requirements pertaining to the phase I part of the test material will remain. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. FOB Point Destination. The Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. 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. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items offered to meet the Government’s requirement, (ii) Past Performance, and (iii) Price. Technical and past performance, when combined, are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show the service offered meets the Government’s requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as a part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meet the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors can complete the certifications via the ORCA website at http://orca.bpn.gov. Offerors that have not completed the certifications online shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act – Supplies,” the offeror shall so state and shall list the country of origin. 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. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3 Alt I, 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.arnet.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 It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail, e-mail or fax on or before August 17, 2009 by 1:00 pm (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OAGS, Attn: Regina Williams, 3900 NCTR Road, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00124/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01906350-W 20090812/090811002558-cbcccb4efdf3678802e372d371461e0b (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.