Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

B -- Industrial Hygiene Analytical Support Services - Sources Sought Notice

Notice Date
12/13/2017
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-18-SS-Industrial-Hygiene
 
Archive Date
1/4/2018
 
Point of Contact
Christopher R. McGucken, Phone: (240) 402-7566
 
E-Mail Address
christopher.mcgucken@fda.hhs.gov
(christopher.mcgucken@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Industrial Hygiene Analytical Support Services: PDF Sources Sought Notice: Industrial Hygiene Analytical Support Services MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION This is a Sources Sought notice to determine the availability of businesses capable of supplying the required supply item/services. This notice is for planning purposes only, and does not constitute an invitation for Bids, Request for Proposal or Request for Quotation or an indication the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. NOTE: The government will not reimburse any respondent for any costs associated with information submitted in response to this RFI. The objective of this RFI is to promote collaboration with the vendor community and give vendors an opportunity to comment on their implementation support capabilities. The Food and Drug Administration is an agency within the U.S. Department of Health and Human Services. It consists of the Office of the Commissioner and five directorates overseeing the core functions of the agency: 1) Medical Products and Tobacco, 2) Foods and Veterinary Medicine, 3) Global Regulatory Operations and Policy, 4) Policy, Planning, Legislation, and Analysis, and 5) Operations. The Food and Drug Administration is responsible for protecting the public health by assuring the safety, effectiveness, quality, and security of human and veterinary drugs, vaccines and other biological products, and medical devices. The Food and Drug Administration is also responsible for the safety and security of most of our nation's food supply, all cosmetics, dietary supplements and products that emit radiation. To this end, the Food and Drug Administration has six product-oriented centers in addition to a worldwide field force to carry out its mission. The Food and Drug Administration Headquarters is located on the 130-acre White Oak Campus in Silver Spring, Maryland. The Office of Laboratory Science and Safety (OLSS) is a relatively new Office within the Office of the Commissioner. OLSS supports the Food and Drug Administration's (FDA) mission by providing services, policy, and oversight for laboratory science, laboratory security, environmental, and occupational safety and health programs. Among OLSS' goals as outlined in its Strategic Plan 2017-2022 that are relative to this contract are to ensure FDA's laboratories and workplaces protect employees, the surrounding communities, and the environment. The FDA Office of Laboratory Science and Safety (OLSS) supports the FDA mission by providing services, policy, and oversight for laboratory science; laboratory security; environmental; and occupational safety and health programs. OLSS employs Industrial Hygienists to anticipate, recognize, evaluate, prevent, and control of those environmental factors or stresses arising in or from the workplace which may cause sickness, impaired health and well-being, or significant discomfort among workers. Industrial hygiene services performed and offered by OLSS, include but are not limited to, job hazard analyses, risk assessments, exposure assessments, health hazard evaluations, and associated reporting to include recommendations of controls to abate any occupational hazards experience by employees as they perform their assigned duties. Industrial Hygienists must conduct assessments of any occupational or environmental factors that impact FDA facilities, processes, and employee safety and health. Assessments often require sampling the workplace for known and unknown hazards to determine if exposure levels that require control measures. This process requires that samples are collected and mailed to an analytical laboratory, when established methods determine the type and amount of environmental hazard of interest to the Industrial Hygienist. Multiple analytical laboratories are offer sample analysis, shipping services, sample collection supplies, and offer a catalog of methods, analyte detection limits and costs per sample. Although laboratories will often offer the same services for similar prices, laboratories will differentiate themselves by offering certain types of sample analyses and sampling media that others don't, or as a specialty service, or offer an analysis using a particular sampling media that others don't offer. Therefore, it's common for an Industrial Hygienist to utilize the services of several labs in the event that one lab cannot provide a desirable suite of services for a particular occupational assessment. Sometimes, and Industrial Hygienist will use the services of specialty lab that offers services not commonly provided by larger laboratories. OLSS requires laboratory services on a recurring basis as it evaluates employee workplaces. These services may be necessarily obtained on a short time frame, possibly in as few as 48 hours and on weekends or holidays, due to unanticipated events that require the Industrial Hygienist to quickly evaluate the workplace and return a decision that can affect the progress of FDA operations. However, most analytical services will be part of planned exposure assessments that require sample analysis and report in five days or less. The provision of Industrial Hygiene sampling and analytical services through this contract are therefore necessary for ongoing compliance with federal, state and local regulations, as well as evaluating FDA's facilities and worker environments 1.The objectives of this sources sought are to: a.Obtain additional specific information regarding potential vendor capabilities b.Determine the extent of small business expertise in the marketplace c.Determine the appropriate acquisition contract vehicle for this requirement. The Contractor shall provide technical support in the following area: 1.Industrial Hygiene Support This Sources Sought is being issued by the OLSS, Food and Drug Administration (FDA). Interested vendors shall provide the following information: 1)Verify whether the requirement can be met by one source or if your company would need to enter into subcontract arrangements to complete the work. a.What task areas can your company perform as the prime? b.What task areas would need to be subcontracted out? c.If your company is a small business would you be able to support a contract of this size and complexity while maintaining compliance with 52.219-14, Limitation on Subcontracting (Jan 2017) i.If so, please explain how you will maintain compliance. ii.If not, do you recommend part of this acquisition be set aside for small businesses? 2)What contract vehicle do you recommend for this requirement? a.GSA Single Award BPA b.Multiple Single Award BPAs c.GSA Multiple Award BPA d.Single Award IDIQ e.Multiple Single Award IDIQs. f.Market Multiple Award IDIQ g.Other: Please explain Please explain your recommendation. 3)Does your company recommend the Government considers including other task areas in which the Government can issue orders against? 4)What NAICS codes would your company recommend for this action? What is the dominant NAICS code? 5)If the Government determines to use GSA please identify all of the supply schedule contracts and SINs applicable to this requirement. a.Please identify the dominant schedule contract for this requirement? Capabilities Assessment CapabilitiesPrime (Y/N)Subcontract (Y/N)CTA (Y/N) 1.The following types of sampling and analyses may be required: •Air and bulk sample analysis of industrial hygiene samples under a program accredited by the American Industrial Hygiene Association Laboratory Accreditation Program (AIHA-LAP). •Bulk sample analysis of one or more of the following types of samples under one or more private or governmentally recognized accreditation or proficiency certification programs: oenvironmental microbiology ofood owater owastewater ohazardous waste oenvironmental lead oasbestos •Expedited delivery of reports via email. Capability statements must demonstrate the ability to meet the minimum requirements outlined above. The contractor shall also provide the following Business Information for both the seller and manufacturer of the product (if different): 1.DUNS Number 2.Company Name 3.Company Address 4.Company Point of Contact, phone number and email address 5.Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. 6.Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.) 7.Current GSA Schedule contracts appropriate to this Sources Sought and schedule contracts for proposed Contractor Teaming Arrangements (CTAs) (if applicable) 8.Current Government Wide Agency Contracts (GWACs) 9.Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses 10.Any applicable Socio-Economical Classification(s): 8(a), HUBZone, Service-Disabled Veteran-owned, Veteran-Owned, Women-Owned and Small Disadvantaged Business. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SUBMISSION INSTRUCTIONS Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email. Responses must be received in writing, by no later than December 20th, 2017 at 1:00 PM, Eastern Time. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Christopher McGucken at Christopher.McGucken@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-18-SS-Industrial-Hygiene/listing.html)
 
Record
SN04766096-W 20171215/171213231503-245496286f21892bdf56de1bdb9236ef (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.