Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
MODIFICATION

68 -- Silver Nanoparticles

Notice Date
6/24/2011
 
Notice Type
Modification/Amendment
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
11-223-SOL-00113
 
Archive Date
7/12/2011
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THE RESPONSE DATE IS HEREBY ON HOLD UNTIL FURTHER NOTICE. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and as supplemented wit additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 11-223-SOL-00113. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50, May 16, 2011. This is a 100% small business set-aside. The associated North American Industry Classification System (NAICS) Code is 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 500 employees. The Food and Drug Administration (FDA), National Center for Toxicological Research is soliciting for monodispersed silver nanoparticles (sizes of 10nm, 75nm, and 110 nm) with citrate stabilized surfaces at a concentration of 1 mg/ml in accordance with the nanoparticle toxicological standards established by the Organization for Economic Co-Operation and Development (OECD). The Contractor shall furnish the necessary personnel, materials, services, facilities, and otherwise do all things necessary for or incident to the performance of the work as described below: 1. BioPure Silver Nanoparticles 10 nm in size. The 10 nm particle size of silver nanoparticles shall be mono-dispersed particles in 2 mM citrate buffer with citrate surfaces and a concentration of 1 mg/ml. The 10 nm particle size of silver nanoparticles will be prepared in compliance with nanoparticle toxicological standards established by the OECD. 2. BioPure Silver Nanoparticles 75 nm in size. The 75 nm particle size of silver nanoparticles shall be mono-dispersed particles in 2 mM citrate buffer with citrate surfaces and a concentration of 1 mg/ml. The 75 nm particle size of silver nanoparticles will be prepared in compliance with nanoparticle toxicological standards established by the OECD. 3. BioPure Silver Nanoparticles 110 nm in size. The 110 nm particle size of silver nanoparticles shall be mono-dispersed particles in 2 mM citrate buffer with citrate surfaces and a concentration of 1 mg/ml. The 110 nm particle size of silver nanoparticles will be prepared in compliance with nanoparticle toxicological standards established by the OECD. Deliveries and/or Performance Delivery of the silver nanoparticle test articles specified in the "Scope of Work" shall arrive at the destination between the hours of 9:00 am and 3:30 pm, Monday through Friday, and excluding holidays. These items shall be delivered in accordance with the schedule outlined below. July 26, 2011 1st shipment 1000 ml of each silver nanoparticle size (10, 75, 110 nm) August 2, 2011 2nd shipment 1000 ml of each silver nanoparticle size (10, 75, 110 nm) August 9, 2011 3rd shipment 1500 ml of each silver nanoparticle size (10, 75, 110 nm) August 16, 2011 4th shipment 2000 ml of each silver nanoparticle size (10, 75, 110 nm) August 23, 2011 5th shipment 2500 ml of each silver nanoparticle size (10, 75, 110 nm) August 30, 2011 6th shipment 3000 ml of each silver nanoparticle size (10, 75, 110 nm) September 6, 2011 7th shipment 3500 ml of each silver nanoparticle size (10, 75, 110 nm) September 13, 2011 8th shipment 3500 ml of each silver nanoparticle size (10, 75, 110 nm) September 20, 2011 9th shipment 4000 ml of each silver nanoparticle size (10, 75, 110 nm) September 27, 2011 10th shipment 4500 ml of each silver nanoparticle size (10, 75, 110 nm) October 4, 2011 11th shipment 4500 ml of each silver nanoparticle size (10, 75, 110 nm) October 11, 2011 12th shipment 4500 ml of each silver nanoparticle size (10, 75, 110 nm) October 18, 2011 13th shipment 4500 ml of each silver nanoparticle size (10, 75, 110 nm) October 25, 2011 14th shipment 4000 ml of each silver nanoparticle size (10, 75, 110 nm) November 1, 2011 15th shipment 3500 ml of each silver nanoparticle size (10, 75, 110 nm) November 8, 2011 16th shipment 3500 ml of each silver nanoparticle size (10, 75, 110 nm) November 15, 2011 17th shipment 3000 ml of each silver nanoparticle size (10, 75, 110 nm) November 22, 2011 18th shipment 2500 ml of each silver nanoparticle size (10, 75, 110 nm) November 29, 2011 19th shipment 2000 ml of each silver nanoparticle size (10, 75, 110 nm) December 6, 2011 20th shipment 1500 ml of each silver nanoparticle size (10, 75, 110 nm) December 13, 2011 21th shipment 1000 ml of each silver nanoparticle size (10, 75, 110 nm) December 20, 2011 22th shipment 1000 ml of each silver nanoparticle size (10, 75, 110 nm) Quotes must include prices for product inclusive of shipping charges for each delivery. Contract type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. Deliveries are to be made to the Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, 72079-9502. Invoice Submission Invoices shall be submitted in accordance with the following clauses that are incorporated into this contract: 52.232-25, Prompt Payment (OCT 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The contractor shall submit one (1) original copy of each invoice to the address specified below: Food and Drug Administration Office of Acquisitions and Grants Services Attn: Regina Williams 3900 NCTR Road, HFT-320 Jefferson, Arkansas 72079 To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: 1. Name and address of the Contractor 2. Invoice date and invoice number 3. Purchase order number 4. Description, Quantity, Unit of Measure, Unit Price, and Extended Price of supplies delivered 5. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading 6. Terms of any discount for prompt payment offered 7. Name and address of official to whom payment is to be sent (Must be the same as that in the purchase order or in a proper notice of assignment) 8. Name, title, and phone number of person to notify in event of defective invoice 9. Taxpayer identification number 10. Electronic Funds Transfer (EFT) banking information 11. Name and telephone number of the FDA COR referenced on the purchase order 12. Any other information or documentation required by the purchase order Questions relating to when payment will be received should be directed to the FDA payment office at 870-543-7446. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible small business offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Technical capability of the supplies/services offered to meet the Government's minimum requirement. Offerors must certify that their product meets the nanoparticle toxicological standards established by the Organization for Economic Co-Operation and Development (OECD). b. Price. In determining the best value to the Government, technical capability is more important than price, though price remains a significant factor and must be reasonable and affordable. Technical capability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the government's requirement/specifications. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause at 52.212.4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause incorporated by reference are applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-5, 52.225-13 and 52.232-33. Clauses and Provisions can be obtained at http://www.acquisition.gov. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) before an award may be made to them. If a company is not registered in CCR, they may do so by going to the CCR web side at http://www.ccr.gov. The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/vfhhsara.htm. 352.202-1 Definitions (Jan 2006) 352.203-70 Anti-lobbying (Jan 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 2010) 352.231-71 Pricing of Adjustments (Jan 2001) 352.233-71 Litigation and Claims (January 2006) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Question Deadline: All questions shall be submitted via email (regina.williams@fda.hhs.gov) on or before June 22, 2011 by 1:00 pm (Central Standard Time). RFQ Due Date: Offers are due in person, by postal mail, or via email on or before June 27, 2011 by 1:00 p.m. (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at the Food and Drug Administration/OAGS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. The offer must reference solicitation number 11-223-SOL-00113.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/11-223-SOL-00113/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02481463-W 20110626/110624234234-b7955a103a3066e666c9b119b167680d (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.