Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2020 SAM #6610
SOLICITATION NOTICE

68 -- Sources Sought Notice - Magnacide H (Acrolein).

Notice Date
1/2/2020 3:15:43 PM
 
Notice Type
Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
NORTHWEST REGION PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
DOIAFBO200034
 
Response Due
1/6/2020 8:59:59 PM
 
Archive Date
01/21/2020
 
Point of Contact
Macauley, Anita
 
E-Mail Address
Anita.Macauley@bia.gov
(Anita.Macauley@bia.gov)
 
Awardee
null
 
Description
Sources Sought Notice - Magnacide H (Acrolein, stabilized) The Bureau of Indian Affairs, Northwest Regional Office, seeks interested qualified vendors authorized to distribute Magnacide H aquatic herbicide for canal/ irrigation applications (with active ingredient, Acrolein, stabilized) in 2,450-lb. sized skids. The delivery location is Wapato, Washington. Interested parties are asked to respond to this notice with the folloPractice (GCLP) in all aspect of the studies, meeting quality and management standards to ensure laboratory data integrity, accuracy, and completeness. The contractor will coordinate with AFRIMS and the study teams in the execution of the projects and laboratory operations, to include, but not limited to: organization and personnel, facilities, equipment use and maintenance, maintain adequate supply of materials and reagents, standard operating procedures in sample management encompassing sample collection, transport and chain of custody, sample storage/retention of samples, proper record keeping/reporting as well as ensure reports are available for quality control/quality audits. 5. Sample Enrollment Support. The contractor shall: a. Identify potentially eligible subjects using study inclusion criteria. b. Generate subject identification code list (Deliverable 1) c. Obtain written informed consent forms form participants (Deliverable 2) 6. Sample Compensation Support. The contractor shall distribute the sample compensation to the participants who comply with all study inclusion criteria. 7. The contractor shall administer management, field advertisement and social communication for understanding the research aim, scope and community advantages, as appropriate 8. Sample Collection Support. The contractor shall: a. Support participant samples collection and storage b. Identify best possible shipping methods and ship/deliver these samples to AFRIMS (Deliverable 3) 9. Required Reporting. The contractor shall: a. Report protocol deviations to the WRAIR IRB and Thai MoPH (Deliverable 4) b. Report all unanticipated problems involving risks to subjects or others to the WRAIR IRB and Thai MoPH (Deliverable 5) 10. Site Infrastructure. The contractor shall provide management support for the use of physical sites for biomedical research such as clinics, health centers, laboratories, office space, and/or hospitals that are appropriate to the scientific requirements of the research project. Infrastructure costs may include site rental, utilities, and facility upgrades as necessary to meet regulatory requirements. (Deliverable 6) RFI INSTRUCTIONS: Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI. Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format. All responses should be complete: in 12-point font; and not to exceed 5 pages total, including graphics, tables, and appendices. No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained. There is proprietary information involved in this requirement which may preclude some established clinical trial centers from competing on this requirement, although no decisions have been finalized at this time. Potential offerors are requested to direct all questions via email to the Point of Contact listed below. Responses are due to the Point of Contact, Ms. Flodean Billings at email: flodean.p.billings.civ@mail.mil no later than 9:00AM EST, Wednesday, July 17, 2019. CAUTION: This is an active requirement. Contractors are strictly prohibited from discussing this requirement with any member of the program office. All discussion shall be with the point of contact listed above. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any kinds of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc0b43d45d3d4e248d4763f89dce5c5f/view)
 
Record
SN05526203-F 20200104/200102230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.