Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2004 FBO #0993
SOLICITATION NOTICE

B -- Analysis of Smokeless Tobacco Products

Notice Date
8/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
200-2004-Q-01613
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Sherry Smallwood, Contract Specialist, Phone 770-488-2632, Fax 770-488-2820,
 
E-Mail Address
ssmallwood@cdc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is 200-2004-Q-01613, and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The North American Industry Classification (NAICS) Code is 541380 and the size standard is $10 million. This requirement is not a small business set-aside. The Centers for Disease Control and Prevention has a requirement to obtain commercial services for laboratory analysis of smokeless tobacco products to assess levels of nicotine, moisture, pH, tobacco specific nitrosamines, metals, and pesticides. SCOPE: The vendor will be required to conduct an analysis of smokeless tobacco products that will be provided by CDC. The vendor will analyze the samples for nicotine conduct using the published CDC methodology and will use its own methodologies for analysis of tobacco specific nitrosamines, 7 different metals, and 21 different pesticides. Nicotine, tobacco specific nitrosamine, and metals analyses will be done in triplicate. Pesticide analysis will be one with one replicate only. TASK ONE: Nicotine, Moisture, and pH Analyses. Utilize published CDC methods to measure nicotine, moisture, and pH in 41 brands of smokeless tobacco. Components of methodology include sample handling and preparation, matrix validation study, analysis of control materials, analysis of test samples for nicotine, and determination of moisture and pH. Analyses to be conducted in triplicate. TASK TWO: Tobacco Specific Nitrosamines Analysis. Utilize your company?s method to measure tobacco specific nitrosamines (TSNAs) in 41 brands of smokeless tobacco. TSNAs to be included are NNN, NNK, NAT, and NAB. Analyses are to be conducted in triplicate. TASK THREE: Metals Analysis. Utilize your company?s method to measure metals in 13 brands of smokeless tobacco. Metals to be included are Arsenic, Cadmium, Chromium, Lead, Mercury, Nickel, and Selenium. Analyses to be conducted in triplicate. TASK FOUR: Pesticides Analysis. Utilize your company?s method to measure pesticides in 13 brands of smokeless tobacco. Metals to be included are 2,4-D, Aldicarb, Aldicarb Sulfone, Aldicarb Sulfoxide, 4,4-DDE, Cypermethrin, Flumetralin, p,p?-Methoxychlor, Permethrin, Acephate, Azinphos-methyl, Chlorpyrifos, Diazinon, Dichlorvos, Dimethoate, Fonofos, Malathion, Methamidophos, methyl-Parathion, Parathion, and Terbufos. Analyses to be conducted in one replicate. GOVERNMENT FURNISHED PROPERTY: All required smokeless tobacco samples shall be furnished by the Government for use by the vendor. PERIOD OF PERFORMANCE: The period of performance shall be from date of award through 6 months from date of receipt of the smokeless tobacco products. DELIVERABLES: Submit draft report to the CDC Project Officer for comments within 30 days of the completion of last smokeless tobacco analysis. Submit final report to the CDC Project Officer and Contracting Officer within 30 days of receipt of comments on draft report. Report shall include a summary of the overall results for all samples tested and detailed results for each category of analysis conducted. MINIMUM QUALIFICATION REQUIREMENTS: Vendor must have no financial interests in or corporate affiliations with the tobacco industry. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria stated in paragraph (a) of this provision are as follows: (1) pass/fail on meeting minimum qualification requirements; (2) weighted scoring of technical proposal in the following areas: trained and well qualified technical and scientific staff (25 points), certified and well-equipped analytic laboratory facilities (20 points), knowledge and experience related to the analysis of tobacco and the analytic methods to be performed, to include prior experience with the CDC methodology for measuring nicotine in smokeless tobacco (45 points), and excellent written and oral communication skills in the English language (10 points); and (3) price. Proposals will only be evaluated for those vendors that pass the minimum qualification requirement. Technical proposals must include information that addresses the technical evaluation criteria identified above. Services shall be priced as a lump sum fixed price total. Award shall be made to the vendor that offers the best value to the Government. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. The certification may be downloaded from the internet at http://www.arnet.gov/far. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Quotes are due no later than August 24, 2004 by 2:00PM EST at the Centers for Disease Control and Prevention, Procurement and Grants Office, Attn: Sherry Smallwood, 2920 Brandywine Road, MS E-09, Atlanta, GA 30341. Facsimile quotes will be accepted at 770-488-2820. Offerors are instructed to clearly mark the envelope and/or facsimile cover page with ?RFQ# 2004-Q-01613, Attn: Sherry Smallwood?. All responsible sources that can meet the above requirement may submit a quote, which will be considered by the Agency. Inquiries regarding this RFQ may be directed to Sherry Smallwood, Contracting Officer, at telephone (770)488-2632 or email at Ssmallwood@cdc.gov.*****
 
Place of Performance
Address: Contractor facility, to be determined at time of award.
 
Record
SN00643368-W 20040815/040813211851 (fbodaily.com)
 
Source
FedBizOpps.gov 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.