SOLICITATION NOTICE
B -- Fluoride Analysis NHANES 2018-2023 - RFP 1449
- Notice Date
- 9/28/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- CDC-2019-25295-EDS
- Archive Date
- 11/2/2018
- Point of Contact
- Eric D. Sullivan, Phone: 4123865290
- E-Mail Address
-
lrv4@cdc.gov
(lrv4@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Document This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with 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 for this requirement is CDC-2019-25295-EDS and is hereby issued as a Request for Proposal (RFP). The Centers for Disease Control and Prevention, National Center for Health Statistics (NCHS), Division of Health and Nutrition Examination Surveys (DHNES)) intends to award an indefinite delivery, indefinite quantity (IDIQ) contract with fixed unit prices for the services of a CLIA- certified laboratory to indirectly measure fluoride levels in water samples collected at the NHANES mobile examination center (MEC). The contractor will also develop a laboratory procedures manual. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. Therefore, the initial proposal should contain the best terms from a technical and price standpoint. All proposal volumes must include the full name, address, and DUNS number of the business to be named on the award as well as the full name, phone number, and email address of the person who can accept the final award. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-100_8-22-18 (09-20-18). THIS IS A FULL AND OPEN COMPETITION. The North American Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $15 million dollars. Questions concerning this solicitation are due by 11:30 AM Eastern Time, October 5, 2018, and must be sent to the attention of Eric Sullivan via email at LRV4@cdc.gov. The Offeror must cite the solicitation number CDC-2019-25295-EDS in the email subject line. Responses are due on October 18, 2018 by 1:00 PM Eastern Time. The proposal must be signed by an official authorized to bind your organization. Each offeror must submit one electronic copy of its proposal (Technical and Price) via email to LRV4@cdc.gov. Subject: (Company Name) Proposal to RFP: CDC-2019-25295-EDS. Evaluation and award will be performed in accordance with the clauses and instructions contained in the attached RFP, including 52.212-1 Instructions to Offerors- Commercial Items; 52.212-2 Evaluation- Commercial Items; 52.212-3 Offeror Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions- Commercial Items; and 51.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The Offeror must have an active registration with the System for Account Management (SAM) prior to award of the contract. The government intends to award one IDIQ fixed unit priced contract in accordance with the applicable parts of the FAR. Proposals received in response to this posting will be evaluated and award will be made to the lowest-priced technically acceptable offer. Offerors must successfully demonstrate the following minimum qualifications in order for their proposal to be determined to be technically acceptable. 1. Operation of a CLIA certified laboratory with industry standard processes in place, including a quality assurance system by which random or systematic errors may be detected and monitored, with regard to the water fluoride testing to be performed in accordance with the Statement of Work. 2. Ability to generate periodic reports using Microsoft Word documents and Microsoft Excel-based spreadsheet(s) of results and quality control information in a government-specified format (i.e., column delimited), to be transmitted to NCHS via a secure transmission method (e.g., secure FTP). 3. An existing CLIA-compliant processes for tracking receipt and processing of NHANES samples from receipt in the lab, to output of the analysis product in accordance with the Statement of Work. 4. The existence of processes and the ability to keep historical records/archives of transmissions and results to support resolution of questions or issues regarding particular samples in accordance with the Statement of Work. 5. In place storage facilities capable of storing a large volume of samples at -80 degrees Celsius for upon receipt and to store for at least one year. 6. Existing procedures for the maintenance of a laboratory log containing a record of the status of all vials upon arrival, date of receipt, deviations from protocol or good laboratory practice, and an account of all vials including a record of all handling, storage, and manipulation of samples, which might affect the quantitative results reported (e.g., freezing, thawing of sera, spilled, contaminated). 7. Enrollment in a proficiency-testing program through independent laboratories, such as the College of American Pathologists (CAP) or comparable program. 8. Fluoride water test method must be current, stable, readily available, practical and reliable, which are determined by the speed, cost, and technical skills to required, dependability and safety of the test. 9. Linearity of the water fluoride assay must be verified down to a lower limit of detection of 0.02 ppm or less. All water samples will be tested and reported in duplicate. 10. Testing personnel possess a high degree of subject matter knowledge, skills and ability to perform the testing and other duties described in the SOW. 11. The Contract Officer Representative(s) must be able to conduct annual site visits and laboratory inspections of Contractor to assess the analytic and post-analytic processes of NHANES samples. The complete RFP is attached to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/CDC-2019-25295-EDS/listing.html)
- Record
- SN05110123-W 20180930/180928230756-07482439a5476991d44042981c00e602 (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 |