Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOURCES SOUGHT

R -- Update and Maintain an Active Surveillance System to Track and Report on the Adoption of the FDA Food Code by State and Local Agencies and by Tribal Nations of Native Americans

Notice Date
8/2/2010
 
Notice Type
Sources Sought
 
NAICS
813920 — Professional Organizations
 
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
FDA1077860
 
Archive Date
8/21/2010
 
Point of Contact
Lisa Ko,
 
E-Mail Address
Lisa.Ko@fda.hhs.gov
(Lisa.Ko@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) to Update and Maintain an Active Surveillance System to Track and Report on the Adoption of the FDA Food Code by State and Local Agencies and by Tribal Nations of Native Americans Contractor will be required to: 1. Update and maintain the current active surveillance system (database) to track adoption of the FDA Food Code by State and Local Governments using the OMB-approved survey form with form approval number, OMB No. 0910-0448. 2. Work with FDA on information to contact state food program administrators to determine if the state has adopted the FDA Food Code or a variation thereof. 3. Track the progress of all jurisdictions including 50 states and territories (including tribal and local) and their ongoing attempts to adopt all or parts of the FDA Food Code or its equivalent. 4. Work closely with FDA to develop data fields covering other related areas of information to meet FDA's needs. State and Territorial jurisdictions will be encouraged to keep the contractor informed of their progress. 5. Establish a timeline for periodical contacts with all applicable jurisdictions that have not yet adopted the Food Code in order to maintain real time data on the code's adoption nationally in all applicable jurisdictions. 6. Review with FDA the survey and consider revised or new questions that will best serve FDA's interests in tracking state and territorial adoptions of the 5 food safety risk factors and the 5 food safety interventions and in tracking enrollment in, and implementation of, the FDA Voluntary National Retail Food Regulatory Program Standards. Contractors must satisfy the following requirements. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver the type of instrument described above. A firm fixed price purchase order will be awarded. The NAICS Code is 813920, with a small business size standard of $7,000,000. 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 provide the specific instrument(s) as required. Responses must directly demonstrate the company's ability to effectively provide the instrument(s) described above. Responses to this notice shall be limited to 10 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. Business size for NAICS 813920 ( size standard of $7,000,000) 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 www.ccr.gov) 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 indicate the firm's status (see item #3, above). 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. Responses to this notice must be received by the Contract Specialist named below not later than 5:00 PM Eastern time on Friday, August 6, 2010 for consideration. The acceptable method of transmitting responses is via email. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1077860/listing.html)
 
Record
SN02225130-W 20100804/100802234716-80a458f204e5469beb3363b2c0281085 (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.