Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

35 -- Laboratory Proficiency Testing

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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
FDA1051739
 
Point of Contact
Jacqueline Richardson,, , Doreen Williams ,,
 
E-Mail Address
jacqueline.richardson@fda.hhs.gov, Doreen.williams@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-26. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis/solicitation, NAICS code 541380, is to notify contractors that the government intends to issue a Firm Fixed Price Contract for a period of 5 years. In accordance with FAR Part 13.106, a solicitation will be posted for Full and Open competition. 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. 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 solicitation is issued as a Request for Proposals (RFP) The Food and Drug Administration (FDA) intends to award a 5 year contract (1 base year plus 4 option years) to provide services for Standard Microbiology Proficiency Testing and Pesticide Residue in Fruits and Vegetables. The proficiency testing shall be conducted by an accredited contractor and shall meet the following specifications: SPECIFICATIONS: Background: The FDA is required to hold Laboratory Accreditation by utilizing external quality controls to measure their laboratories processes. According to the requirements to maintain accreditation status, laboratories are required to participate in relevant and available proficiency testing provided by accredited proficiency testing providers administering acceptable proficiency testing programs. The FDA will procure Standard Microbiology Proficiency Testing and testing for Pesticide Residue in Fruits and Vegetables for FDA field laboratories that are identified as microbiology servicing labs or pesticide servicing labs. Work Requirements: A) Standard Microbiology Testing is for laboratories that conduct analyses in the area of food safety. This testing demonstrates proficiency in detection of pathogens (including Salmonella, E. coli O157:H7, and Listeria), as well as quantifying coliforms, E. coli, Coagulase Positive Staphylococcus, yeast and mold, and aerobic organisms. The contractor shall conduct 3 to 4 Proficiency Testing rounds for Microbiology per year on a suitable schedule, i.e. quarterly. In addition, labs are evaluated on O and H antigens for Salmonella and identification of Listeria species. Microbiology Proficiency Testing Rounds Frequency: 3 to 4 rounds per year at 3 to 4 month intervals Tests Required: Identification of pathogens - Salmonella E. coli O157:H7 Listeria species Quantification – Coliforms E. coli Coagulase Positive Staphylococcus yeast and mold aerobic organisms. Serotyping – O and H antigens for Salmonella. Matrix: Vegetable or fruit matrix Distribution: Proficiency testing rounds are shipped to 8 different locations: Winchester, MA Jefferson, AK Denver, CO Irvine, CA Bothell, WA Atlanta, GA Jamaica, NY Alameda, CA Reporting: Electronic preferred; Reports allow trending of data Statistics: Statistical analysis on participant results performed in accordance with the ISO Standard 13528 and/or 2006 IUPAC Harmonized Protocol Accredited PT Provider: Yes or No Participants: National and International Participants Recognition of PT Program: Nationally and Internationally B) Pesticide Residues in Fruits and Vegetables Proficiency Testing is for laboratories that conduct analyses in the area of food safety. The contractor shall be able to test for possible chemicals in a fruit and vegetable matrix. Conduct 3 to 4 Proficiency Testing rounds for Pesticides per year on a suitable schedule, i.e. quarterly. Pesticide Proficiency Testing Rounds Frequency: 3 to 4 rounds per year at 3 to 4 month intervals Tests Required –3 major pesticide groups covered with a variety of different compounds Carbamates Organophosphates Chlorinated Hydrocarbons Matrix: Vegetable and/or fruit matrix Distribution: Proficiency testing rounds are shipped to 6 different locations: Jefferson, AK Jamaica, NY Atlanta, GA Irvine, CA Bothell, WA Lenexa, KS Reporting: Electronic preferred; Reports allow trending of data Statistics: Statistical analysis on participant results performed in accordance with the ISO Standard 13528 and/or 2006 IUPAC Harmonized Protocol Accredited PT Provider: Yes or No Participants: National and International Participants Recognition of PT Program: Nationally and Internationally The contractor shall provide three shipments of testing materials per year with three test samples per shipment. The contractor shall be responsible for sending test samples to the FDA laboratories in various states. The samples, whose expected values are unknown to the labs, are analyzed by the lab who returns their results to the proficiency provider. Results are reviewed to determine whether each participating laboratory passes or fail established performance levels and a performance evaluation is issued. The contract shall conduct Proficiency Testing for both Microbiology and Pesticides in Fruits and Vegetables as follows: Reporting Requirements and Deliverable Items: 1. Performance Evaluation Reports issued on each Proficiency Testing round issued on each program, i.e. Microbiology and Pesticides, which includes: Participants” results Expected results Statistics, i.e. z Score Graphs demonstrating participants’ data Description of sample preparation, homogenization, testing method(s), and statistical techniques employed. 2. Proficiency Testing Samples: Microbiological samples in a vegetable matrix containing pathogens listed under specifications of work and Pesticides samples in a fruit and/or vegetable matrix containing pesticide compounds listed under specifications of Work. FOB: Destination Various locations Shipping Dates: January, April, July, October 2009-2013 FDA WEAC 109 Holton St Winchester, MA 01890 FDA, HFR-SW 500 BLDG 26 3900 NCTR Rd Jefferson, AR 72079-9502 FDA PRL NW 2201 23rd Dr. SE Bothell, WA 98021 FDA/NE Regional Laboratory Microbiological Sciences Branch 3rd Floor, 158-15 Liberty Avenue Jamaica, NY 11433-1034 FDA-HFR-SE670, SRL Microbiology Branch 60 Eighth Street NE Atlanta, GA 30309 FDA HFR-PA280 Pacific Regional Lab SW. 19701 Fairchild Irvine, CA 92612 FDA-Regulatory Affairs Regional Field Office 6th Ave. & Kipling Room 20 Denver, CO 80225 FDA, San Francisco District Lab 1431 Harbor Bay Pkwy FDA HFR-PA 160 Alameda, CA 94502-7070 Period of Performance: 5 year contract (1base year plus 4 option years) 2009 to 2013 EVALUATION AND AWARD: Description Standard Microbiology Standard Microbiology Shipping Pesticide Residues in Fruits and Vegetables Pesticide Residues in Fruits and Vegetables Shipping Quarterly Reports Contractor shall Demonstrate: 1. Accredited proficiency testing provider. 2. International Recognition of Proficiency Program. 3. Suitability of matrices for FDA, i.e. mashed potatoes for Microbiology and fruit/vegetable for Pesticides. 4. Meets accreditation body (American Association for Laboratory Accreditation) requirements for Proficiency Tests. 5. Ability to continue performance trending on results. 6. Nationwide comparability as well as global comparability. 7. Offers 3 to 4 Proficiency Testing rounds for both Microbiology and Pesticides per year on a suitable schedule, i.e. quarterly. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced. The Government will base the determination of best value on evaluation factors as identified above. CCR: 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 & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to jacqueline.richardson@fda.hhs.gov no later than December 23, 2008 by 11:00 pm EST. PROPOSALS DUE: All proposals are due, via email to: jacqueline.richardson@fda.hhs.gov, no later than 11:00 pm, EST on December 30, 2008. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to jacqueline.richardson@fda.hhs.gov. No telephone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c71e75e0473f9e7a92992ca7cc693b43&tab=core&_cview=1)
 
Record
SN01720670-W 20081219/081217220534-c71e75e0473f9e7a92992ca7cc693b43 (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.