Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOURCES SOUGHT

Q -- Drug Testing for Clinical Trials

Notice Date
6/24/2008
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6101 Executive Boulevard, Room 260 - MSC 8402, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
N01DA-9-8882
 
Response Due
6/30/2008
 
Archive Date
7/15/2008
 
Point of Contact
Amy Sheib, Phone: 3014436677
 
E-Mail Address
ap370t@nih.gov
 
Small Business Set-Aside
N/A
 
Description
The National Institute on Drug Abuse (NIDA) seeks capability statements from qualified Small Businesses (e.g., small, small disadvantaged businesses, woman-owned small businesses, 8(a), HUB Zone small businesses, veteran-owned small businesses, service-disabled veteran owned small businesses, etc.) having the capability to act as a centralized laboratory to perform automated qualitative or semi-quantitative screening assays of abused drugs in biological fluids, primarily urine. The lab must also have the capability to perform validated quantitative assay by mass spectrometric methods. The major goal of this project is to provide analytical data of abused drugs as outcome measures for clinical trials supported by NIDA. The drugs to be tested include, but are not limited to, cocaine, methamphetamine, amphetamine, opiate, benzodiazepines, methadone, oxycodone, and marijuana. The services encompass supplying the clinical sites with sample collection and shipping containers, acquiring/distributing On-Site testing cards for illicit drugs, conducting analysis, and reporting analysis data back to the study sites or NIDA designated data center in the required format. Certification by SAMHSA or similar state agencies for conduct illicit drug testing for work place is preferred. The analytical operation at the central lab should follow good laboratory practice and has established standard operation as well as QA/QC procedures. The contract shall provide secured facilities appropriate for storing biological samples and analytical data as well as computerized systems for tracking samples from receipt to final data report. In order to handle substances under the Controlled Substances Act of 1970, it is mandatory that offerors possess a DEA Registration for Chemical Analysis or a DEA Research Registration for Schedules II to V. Information sent should be relevant and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous similar projects and work in the field of drug abuse; (2) Personnel: Name, professional qualifications and specific experience of scientists and/or technical personnel who may be assigned as project director and other key positions; (3) Facilities: Availability and description of facilities and equipment required to conduct this type of work. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience and the ability to perform the above tasks. Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner. Documentation may include, but not be limited to, contracts both Government and commercial organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government’s use. Any proprietary information should be so marked. Interested organizations presenting a capability statement must provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, and 6) capability information in response to the requirement. Please submit written capability statements by June 30, 2008 to the NIDA Contracting Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c3cc15f70ca6d4d062c73aae2f00878&tab=core&_cview=1)
 
Record
SN01600188-W 20080626/080624220723-5c3cc15f70ca6d4d062c73aae2f00878 (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.