Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
MODIFICATION

D -- Single or Multiple, Interlinked Food and Cosmetic Product and Packaging Databases for CAERS and Other Research

Notice Date
8/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
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
10-223-SOL-00226
 
Archive Date
8/17/2010
 
Point of Contact
Sherry Solodkova, Phone: 301-827-7165
 
E-Mail Address
sherry.solodkova@fda.hhs.gov
(sherry.solodkova@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to notify interested parties that a combined synopsis-solicitation has been posted for this requirement under NOTICE No. 10-223-SOL-00226-FDA. Further responses to this sources sought notice are NOT being requested. Please see the new posting for all further notifications regarding this requirement. Thank you. ======================================================= 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 provide Single or Multiple, Interlinked Food and Cosmetic Product and Packaging Databases for CAERS and Other Research. BACKGROUND The US Food and Drug Administration (FDA) has a continuing need for current, cost effective, and accurate data on the exposure of consumers to processed food products and food ingredients that are either manufactured for sale or imported for sale into the United States (US) marketplace and presumed consumed by the US population. The Federal Food, Drug, and Cosmetic Act (FD&C Act) defines processed food as "any food other than a raw agricultural commodity and includes any raw agricultural commodity that has been subject to processing, such as canning, cooking, freezing, dehydration, or milling" [FD&C Act, sec. 201(gg)]. Typically altered from their natural state for safety and/or convenience, processed foods are aseptically processed and packaged. Dietary supplements and infant formula are included in the definition of processed foods. Additionally, FDA has a continuing need for current, cost effective, and accurate data on the exposure of consumers to color additives and other substances in cosmetic products sold in US retail stores, online as mail order or door-to-door and presumed consumed by the US population. FD&C Act defines cosmetics by their intended use, as "articles intended to be rubbed, poured, sprinkled, or sprayed on, introduced into, or otherwise applied to the human body...for cleansing, beautifying, promoting attractiveness, or altering the appearance" [FD&C Act, sec. 201(i)]. Among the products included in this definition are skin moisturizers, perfumes, lipsticks, fingernail polishes, eye and facial makeup preparations, shampoos, permanent waves, hair colors, toothpastes, and deodorants, as well as any material intended for use as a component of a cosmetic product. FDA needs to continue to gather such data to have a complete and comprehensive knowledge of these manufactured products, their ingredients, labeling and packaging in order to better assess how they may affect human exposure as part of the agency's ongoing mission to protect public health. FDA, through the Center for Food Safety and Applied Nutrition (CFSAN), has devoted considerable resources to continuously monitor the safety of food ingredients, dietary supplements, infant formula, and cosmetics. FDA has determined that the most cost-effective means to advance the agency's objectives is (1) to obtain accurate, quality-assured, easily-validated (a) food ingredient, (b) food product, (c) cosmetic ingredient, and (d) cosmetic product information that is nationally representative of the US marketplace, which has been well-organized within one or more relationally searchable database(s) for trend and other analyses; and (2) to obtain coding images for all the labels for validation and other research purposes. OBJECTIVES The purpose of this order is to procure a subscription(s) and a site license(s), which are unlimited in access but restricted to approximately 200 CFSAN personnel to one or more relationally-searchable databases that contain information on food and cosmetic products currently available in the United States (U.S.). The contents of the databases should include, but are not limited to, product label images (from all sides), Nutrition Facts label, ingredient list, warning statements/icons, statements/icons/signages and similar information that features the nutrition, health, organoleptic, processing, and other properties of the product. In addition, the databases should include and allow access to information that is summarized and derived from individual products. For the respective product ingredients, the database(s) should contain synonym names; flag products containing known allergens, and identify the technical or functional effect of the product ingredient. 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 perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively specifically address these requirements will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 7 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 541512 (size standard $25 Million) 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 Specialists named in this announcement not later than 10:00 AM Eastern Standard time on Monday, June 28, 2010 for consideration. E-Mail is the only acceptable method of delivery for this sources sought notice. 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/10-223-SOL-00226/listing.html)
 
Place of Performance
Address: Contractor-site, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02235746-W 20100812/100811000229-ecdd53f8d370d45513928a794a916601 (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.