SOLICITATION NOTICE
B -- National Center for Environmental Health (NCEH) - Lead and Multi-element Proficiency
- Notice Date
- 3/20/2017
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2017-Q-66515
- Archive Date
- 4/20/2017
- Point of Contact
- Sherrie A. Blackmon, Phone: 7704882925
- E-Mail Address
-
kuj1@cdc.gov
(kuj1@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The Centers for Disease Control and Prevention (CDC), National Centers for Environmental Health (NCEH), Division of Laboratory Science, hereby submits a notice of intent to award a sole source, firm fixed price contract to Wisconsin State Laboratory of Hygiene, 465 Henry Mall, Madison, WI 53706. This commercial contract is to attain expertise and technical assistance in support of the CDC Inorganic and Radiation Analytical Toxicology Branch's Quality Assurance Programs, LEAD and Multi-element Proficiency (LAMP) Program in acquiring bovine blood, preparing bovine blood materials, and distributing them to participating laboratories of program. The anticipated delivery date is 12 months after contract award with two option periods for 12 months each. This sole source contracting action is conducted pursuant to the authority under 10 U.S.C. 2304(c)(1), as set forth in Federal Acquisition Regulation (FAR) 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. North American Classification System Code (NAICS) is 541380, Testing Laboratory Services with a standard business size in millions of dollars of $14M. Due to the proprietary nature of the columns and systems, FMS is the only source with ability and rights to provide these products. The University of Wisconsin is the only responsible source capable of meeting all the Government's requirement because they are the only full service proficiency testing provider that administers the LAMP Program with distributions to more than 100 laboratories. Additionally, the University of Wisconsin has proven experience in bovine blood handling, which includes all veterinary support within the limits of animal care and use protocols, as well as experience distributing quality controls and proficiency testing samples monthly. The University of Wisconsin also maintains a trace clean room laboratory environment used in conjunction with inductively coupled plasma mass spectrometer that enables the lab to screen prepared bovine whole blood pools for homogeneity and assign target values when necessary while continuing to monitor all collection and pooling material for trace metal contamination. Most importantly, the University of Wisconsin encompasses the ability to purchase and maintain bovine and whole blood needed for this project in accordance with all state and federal regulations. This distinctive ability alone is essential to the expansion needed to support the CDC's LAMP, which cannot be obtained in the current capacity of the Inorganic and Radiation Analytical Toxicology Laboratory. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the Center for Disease Control and Prevention, National Centers for Environmental Health. The determination not to compete this proposed contract action is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals; however, the Government will consider any responses from capable sources received within 15 days after date of publication of this notice. Questions or comments to this Notice of Intent should be directed to the Contract Specialist, Ms. Sherrie Blackmon, at kuj1@cdc.gov via e-mail only (no phone calls/voice mail messages regarding questions will not be accepted and will not receive a response). Please indicate in the subject of your email: Notice of Intent Question Submission - 2017-Q-66515
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2017-Q-66515/listing.html)
- Record
- SN04441105-W 20170322/170320234723-c4873d4ba3f281c196e55dc95f5b362c (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 |