Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

B -- Bioanalytical Research Services - FDa1077831Statement of Work

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
FDA1077831
 
Archive Date
9/18/2010
 
Point of Contact
Emily Hunt,
 
E-Mail Address
emily.hunt@fda.hhs.gov
(emily.hunt@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 541712, identified as FDA1077831, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This requirement is being solicited as a small business set-aside. Background The Center for Drug Evaluation and Research's Office of Pharmaceutical Science conducts in vitro and in vivo pharmacology and toxicology experiments. An analytical component is often present to measure a drug and/or its metabolite in a study sample. The matrix of the sample may be buffer, culture media, blood, plasma, serum, urine, feces or tissues (e.g., brain, heart, kidney, liver, muscle, etc.). Bioanalytical support is needed for (1) non-GLP drug measurement in samples and (2) analytical method development HPLC or LC-MS/MS. Statement of Work See Attachment EVALUATION FACTORS FOR AWARD/TECHNICAL EVALUATION CRITERIA General Offerors are advised that an award under this Request for Quotation (RFQ) will be made to the Offeror whose quotation is determined by the Government to represent the best value to meet the Government's needs. The technical factors will receive paramount consideration in the selection of the Offeror for this acquisition. All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event that two or more Offerors are determined to be essentially technically equal following the evaluation of all factors other than cost or price. In any event, the Government reserves the right to make an award to the Offeror whose proposal provides the best value to the Government. Additionally, the Government reserves the right to award without discussions. The proposals will be evaluated on the following technical factors: Technical Evaluation Factors: Technical Approach (listed in order a descending importance) • Past experience in bioanalysis How many years experience have the contractors had in developing bioanalytical methods and routine LC-MS/MS analysis of small and macromolecules and their metabolites in biological samples? • Key personnel qualifications What are the professional qualifications of the key personnel who will be involved in bioanalytical method development and routine LC/MS analysis of small and macromolecules in biological samples? • Analytical instrumentation What type and how many HPLC and LCMS instruments are available at the contractors facilities for use in bioanalytical method development and routine LC/MS analysis of small and macromolecules in biological samples? Are accurate mass and time of flight MS instruments available at the contractors facilities? • Subcontracting bioanalytical work Will the method development and bioanalytical work be performed at the contractors own facilities or will all or some portion of the work be carried out by subcontractors at other locations? • Timeframe for completing bioanalysis How quickly will samples be analyzed, data processed and reports delivered to the Principal Investigator following receipt of sample by the contractor? Past Performance The Offeror shall provide evidence of the Offeror's past experience in the development and performance in accomplishing the tasks and providing deliverables same or similar to those required by this PWS, and work experience in the Federal Government and/or manufacturing environment. NOTE: Offerors shall provide current contact information. Offerors shall provide names and contact information for at least three (3) references of clients, preferably Government agencies, where the vendor provided the same or similar services within the last (3) years. Information provided shall include agency name, point of contact, address, phone number, facsimile number, e-mail address and list of courses provided to the agency and the dates of those courses INSTRUCTIONS TO OFFERORS 1. All submitted quotations shall not exceed 20 pages in their final submission. 2. All questions must be emailed no later than 5:00 PM Eastern Time September 1, 2010 to Emily.Hunt@fda.hhs.gov. No phone calls will be accepted or returned. 3. Quotations shall be submitted electronically to Emily.Hunt@fda.hhs.gov on or before September 3, 2010 at 5:00 PM Eastern Time. No late quotations will be accepted. The Offeror assumes full responsibility for ensuring that offers are received at the place as delineated herein. 4. Quotations must contain documentation that addresses all technical factors stated within the Statement of Work. 5. Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your DUN and Bradstreet number and banking information. 6. The anticipated award date is 09/17/2010. 7. The following FAR clauses apply to this combined synopsis/solicitation. 52.212-1 Instructions to Offers-Commercial Items, 52.212-3 Offer Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items,52.217-8 Option to Extend Services (Nov 1999)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1077831/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, United States
 
Record
SN02260459-W 20100901/100830235339-56d959c7db8dda0da65ac1e1753efd0b (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.