Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

R -- Update and Maintain an Active Surveillance System to Track and Report on the Adoption of the FDA Food Code by State and Local Agencies and by Tribal Nations of Native Americans

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
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
FDARFQ1077860
 
Archive Date
9/6/2010
 
Point of Contact
Lisa Ko,
 
E-Mail Address
Lisa.Ko@fda.hhs.gov
(Lisa.Ko@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
FDA RFQ1077860 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 813920, identified as FDA RFQ1077860, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. STATEMENT OF WORK Update and Maintain an Active Surveillance System to Track and Report on the Adoption of the FDA Food Code by State and Local Agencies and by Tribal Nations of Native Americans Background The FDA has developed its model Food Code to assist and promote consistent implementation of national food safety regulatory policy among the local, State, and tribal governmental agencies that have primary responsibility for the regulation or oversight of retail level food operations. The FDA Food Code provides a scientifically sound technical and legal basis for regulating the retail segment of the food industry. Nationwide adoption of the model FDA Food Code is an important step toward the agency's goal for consistent, scientifically sound, and risk-based food safety standards and practices nationwide. FDA program and agency goals for prevention and intervention of food borne illness are strengthened when FDA works more effectively with partners in state, local and tribal governments and with other federal agencies. To help achieve these aims, FDA needs a comprehensive current and accurate inventory of Food Code adoptions around the country to monitor the effectiveness of FDA's assistance to these agencies and to identify gaps where additional assistance maybe needed. Preventive measures must be built in from the start and through this contract, FDA will continue to work with state, local and tribal jurisdictions to further develop the regulatory foundation and implementation of targeted risk based interventions within such regulatory food safety programs. A current, comprehensive, and accurate inventory of food code adoptions by States and U.S. territories, local and tribal governments is necessary to determine the state of up-to-date protection of the U.S. population and to identify areas where assistance to these governments may promote the adoption of regulations based on the FDA Food Code. Tasks The contractor shall: 1. Update and maintain the current active surveillance system (database) to track adoption of the FDA Food Code by State and Local Governments using the OMB-approved survey form with form approval number, OMB No. 0910-0448. 2. Work with FDA on information to contact state food program administrators to determine if the state has adopted the FDA Food Code or a variation thereof. 3. Track the progress of all jurisdictions including 50 states and territories (including tribal and local) and their ongoing attempts to adopt all or parts of the FDA Food Code or its equivalent. 4. Work closely with FDA to develop data fields covering other related areas of information to meet FDA's needs. State and Territorial jurisdictions will be encouraged to keep the contractor informed of their progress. 5. Establish a timeline for periodical contacts with all applicable jurisdictions that have not yet adopted the Food Code in order to maintain real time data on the code's adoption nationally in all applicable jurisdictions. 6. Review with FDA the survey and consider revised or new questions that will best serve FDA's interests in tracking state and territorial adoptions of the 5 food safety risk factors and the 5 food safety interventions and in tracking enrollment in, and implementation of, the FDA Voluntary National Retail Food Regulatory Program Standards. Deliverables The Contractor shall submit reports via email and/or hard copy mail to the project office at Glenda.Lewis@fda.hhs.gov or FDA/CFSAN/Office of Food Safety, Room 3B-002, HFS-320, 5100 Paint Branch Parkway, College Park, Maryland, 20740. The reports shall include relevant information and data from the database web ready in both tabular and graphic form, when appropriate, for posting on the designated FDA website. For type of tabular and graphic data reported in the current report see: http://www.fda.gov/Food/FoodSafety/RetailFoodProtection/FederalStateCooperativePrograms/ucm122814.htm Reports for the period of performance should target tasks #1, 2,3,4,5 and 6 to meet current program needs. Monthly status reports are requested to be submitted with payment invoices to identify tasks completed in developing the quarterly report. Period of Performance This award will be firm-fixed price and contain one (1) base year and four (4) option years as follows: Base Year: September 20, 2010 to September 19, 2011 Option Year 1: September 20, 2011 to September 19, 2012 Option Year 2: September 20, 2012 to September 19, 2013 Option Year 3: September 20, 2013 to September 19, 2014 Option Year 4: September 20, 2014 to September 19, 2015 Evaluation of Quotes The quotes will be evaluated on the following technical factors: Technical Factors a. Technical capabilities The offeror shall include in its quote sufficient information to reflect a thorough understanding of the work requirement and clearly demonstrates full understanding of the problem and the tasks to be performed. b. Past performance The contractor must be able to demonstrate past experience directly relevant to the types of work needed. Such experience includes projects performed in the past 3 years similar in scope to the requirements of this Statement of Work. Cost: The Government will use price analysis techniques to evaluate price to determine that prices are fair and reasonable. The contract must explain final proposed estimated costs in a simple and clear itemized budget. Offerors are advised that an award under this Request for Quotation will be made to the Offeror whose proposal is determined by the Government to represent the best value to meet the Government's needs. The technical evaluation factors will receive paramount consideration in the selection of the Offeror for this acquisition. All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event that two or more Offerors are determined to be essentially technically equal following the evaluation of all factors other than cost or price. In any event, the Government reserves the right to make an award to the Offeror whose proposal provides the best value to the Government. Vendors must be registered in the Central Contractor Register (CCR) prior to award of a contract. You may register by going to www.ccr.gov. You will need your DUN and Bradstreet number and banking information. The anticipated award date is September 6, 2010. The following FAR clauses apply to this combined synopsis/solicitation. 52.212-1 Instructions to Offers-Commercial Items, 52.212-3 Offer Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, 52.217-8 Option to Extend Services (Nov 1999). Quotations shall be submitted electronically to Lisa.Ko@fda.hhs.gov on or before August 22, 2010 at 2:00pm ET. All questions must be emailed no later than August 18, 2010; no phone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDARFQ1077860/listing.html)
 
Record
SN02239989-W 20100815/100813235436-57e67cc74ec413965d22dc9cdbfa0360 (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.