Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
MODIFICATION

D -- SOFTWARE SYSTEM AND DATA FOR ACUTE AND LONGER-TERM INTAKE ASSESSMENTS

Notice Date
7/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
10-223-SOL-00212
 
Archive Date
8/6/2010
 
Point of Contact
Sherry Solodkova, Phone: 301-827-7165
 
E-Mail Address
sherry.solodkova@fda.hhs.gov
(sherry.solodkova@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT: A COMBINED SYNOPSIS/SOLICITATION HAS BEEN POSTED FOR THIS REQUIREMENT UNDER SOLICITATION # 10-223-SOL-00212-FDA. PLEASE VIEW THIS SOLICITATION FOR ALL FURTHER INFORMATION AND ANNOUNCEMENTS REGARDING THIS REQUIREMENT. NO RESPONSE IS REQUESTED FOR THIS AMENDMENT. =================================================== This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide a SOFTWARE SYSTEM AND DATA FOR ACUTE AND LONGER-TERM INTAKE ASSESSMENTS. BACKGROUND The US Food and Drug Administration's (FDA) primary mission is to promote and protect public health. FDA's pre-market approval processes for food and color additives require an estimate of the probable consumer intake of the additive to determine whether its use or presence in a food at a given concentration is safe. Additionally, FDA's Center for Food Safety and Applied Nutrition (CFSAN) estimates consumer intakes not only of food and color additives but also of ingredients generally recognized as safe (GRAS) and other substances (e.g., chemical contaminants, including naturally-occurring toxicants) found in the diet. Currently, to perform its exposure estimates, FDA CFSAN only relies on consumption data collected by surveys conducted by the USDA under contract with Health and Human Services' CDC. The CDC's National Health and Nutrition Examination Survey (NHANES), dating from 1999 through 2006, were conducted using 24-hour dietary recall methodology for one or two days. Therefore, CDC NHANES does not accurately represent longer-term intake of food, both in terms of the number of eating occasions of a given food and the amount of that food that is consumed. OBJECTIVES The purpose of this upcoming requirement is to procure an expert scientific and modelling software system designed to provide FDA CFSAN scientists with the ability to calculate food consumption and intake of food ingredients for the United States (US) population. Embedded into the system and/or accessible via the system shall be 1999 through 2006, 14-day or longer, food-diary data cross-linked to the Center for Disease Control's (CDC's) National Health and Nutrition Examination Survey (NHANES) 24-hour recall data using the US Department of Agriculture's (USDA's) National Nutrient Database 5-digit Nutrient Databank identifier (NDB number). The system shall allow CFSAN scientists to perform acute and long-term exposure assessments of contaminants, intakes of nutrients, generally recognized as safe (GRAS) substances, and food and color additives, and additionally, to perform trend analyses. The Contractor shall • Provide immediate, unlimited, and direct access to data via FDA scientific workstation. Data that is made available to FDA shall adhere to well-recognized nutrition data collection methodologies. • Develop an expert scientific computing software system, through beta testing and final installation on FDA CFSAN scientific workstations. The toolsets to support data research analysis will be provided through the interface. • Provide ongoing technical and analytical support by phone or by e-mail. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively specifically address these requirements will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 7 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541512 (size standard $25 Million) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialists named in this announcement not later than 10:00 AM Eastern Standard time on Monday, June 28, 2010 for consideration. E-Mail is the only acceptable method of delivery for this sources sought notice. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/10-223-SOL-00212/listing.html)
 
Place of Performance
Address: Contractor-Site, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02221086-W 20100730/100728235757-c972a3d8e72fbfe4b5cf5693e8f17435 (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.