Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOURCES SOUGHT

B -- Lab Survey Cosmetics

Notice Date
7/30/2010
 
Notice Type
Sources Sought
 
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
1078008
 
Archive Date
8/25/2010
 
Point of Contact
George Gonzalez, Phone: (301)-827-9361
 
E-Mail Address
George.Gonzalez@fda.hhs.gov
(George.Gonzalez@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice 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 notice. 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 sources sought. Any responses received will not be used as a proposal. Statement of Objectives: FDA is currently assessing the extent of lead contamination of lipsticks and has determined the need to conduct a more extensive survey of the heavy metal content of currently marketed cosmetics. The data obtained by this survey will help FDA evaluate the extent of heavy metal contamination of cosmetic products. The Contractor will work closely with the FDA Project Officer throughout this project. The Contractor will conduct a laboratory survey of approximately 150 currently marketed cosmetic products, in duplicate (resulting in approximately 300 analyses), to determine their mercury, lead, arsenic, cadmium, chromium, cobalt and nickel content. The products to be analyzed will include eye shadows, blushes, powders, lotions, and lipsticks. Specifically, 1. The Contractor shall identify appropriate laboratory analytical methods and consult with the Project Officer in making the final selection of methods to be used in the survey. 2. The Contractor shall demonstrate the ability to perform the necessary analyses of a variety of cosmetic products identified by the Project Officer. 3. The Contractor shall demonstrate the ability to perform these analyses at appropriate levels of quantitation, precision, and accuracy identified by the Project Officer. 4. The Contractor shall perform suitable quality control analyses while performing the cosmetic products analyses. 5. FDA will supply a list of specific products to be analyzed. 6. The Contractor shall consult with the Project Officer to refine the list of specific samples to include in the survey. The Project Officer must approve the final list. 7. The Contractor shall purchase the specific samples on the final list described above. 8. The Contractor shall analyze the specific samples on the final list for mercury, lead, arsenic, cadmium, chromium, cobalt and nickel, in duplicate. The total number of product analyses will be approximately twice the number of cosmetic products. Small Businesses are encouraged to respond if they have the capability and capacity to provide the identified services. 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 the task 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. Responses to this notice shall be limited to 5 pages, and must include: 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. If qualified as an 8(a) firm (must be certified by the Small Business Administration (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 (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 5. Identification of any 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 indicate the firm's status (see item #3 above). 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. Interested offerors should submit their capability statement not exceeding five (5) pages in length. Phone calls will not be accepted or returned. Interested firms or individuals may submit the requested information to: george.gonzalez@fda.hhs.gov or US Food and Drug Administration George Gonzalez 5630 Fishers Lane / HFA-500 OAGS/DAO Rm 2067 Rockville, MD 20857
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1078008/listing.html)
 
Record
SN02224620-W 20100801/100730235720-a8af3991e612b4c63bb35b995cf3aa3e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.