Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOURCES SOUGHT

A -- Radionuclides in Animal Urine - Sources Sought Attachment

Notice Date
4/5/2016
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2016-N-17807
 
Point of Contact
Alma C. Barber, Phone: 7704882054, Vallerie M Redd, Phone: 770-488-2845
 
E-Mail Address
vel3@cdc.gov, gfj3@cdc.gov
(vel3@cdc.gov, gfj3@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Technical Specifications Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code for this acquisition is 541711 - Research and Development in Biotechnology. Background Providing laboratory support that improves the rapid and accurate detection and diagnosis of chemical threat agents, radiologic threat agents and selected toxins is one of the missions of CDC's National Center for Environmental Health/Division of Laboratory Sciences. Purpose and Objectives The primary objective of this requirement is to procure mini-pig urine produced using radionuclides administered to the mini-pigs and incorporated into their urine via their natural metabolic processes (i.e., as if by ingestion or inhalation) to support the emergency response method for analysis of urine for Polonium-210 content. Project Requirements 1) A total of twelve (12) or more liters of mini-pig urine produced using subject radionuclides administered to the mini-pigs and incorporated into their urine via their natural metabolic processes (i.e., as if by ingestion or inhalation). 2) At least four (4) liters each of three sets of urine, each containing three different radionuclides with, at a minimum, the average concentrations listed in the attached table, manufactured as described above. These average activities are required in the urine upon receipt by CDC. 3) Each set of urine will be provided to CDC in aliquots as collected daily per mini-pig. Anticipated Period of Performance The Period of Performance is estimated to be 90 days from the date of award. Other Important Considerations None Capability Statements PAGE LIMIT 10 PAGES. Interested Offerors should submit a capability statement specifically addressing the criteria listed below ONLY. Capability statements that address requirements other than what is identified below will not be reviewed. 1. Your opinion about the difficulty and/or the feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace and information regarding innovative ideas or concepts. 2. Your staff expertise, including their availability, experience, formal training and any other training. 3. Your current in-house capability and capacity to perform the work. 4. Your prior completed projects of similar nature. 5. Your corporate experience and management capability. Provide any examples of prior completed Government contracts, references and other related information. 6. Your opinion on the proposed NAICS code 541711. Do you concur with the proposed NAICS code or do you recommend a different NAICS code for this acquisition? 7. Provide any other information that may be helpful in developing or finalizing the acquisition requirements. Information Submission Instructions Please include cover pages with the following business information. The cover pages do not count against the page limit for the capability statement. 1. DUNS Number 2. Organization name, address and point of contact. 3. Do you have a Government-approved accounting system? If so, please identify the agency that approved this system. 4. Business size and type of business (e.g., small business, 8(a), woman-owned, veteran-owned, etc.) pursuant to the applicable NAICS code 541711. 5. Technical and administrative points of contact including name, title, address, telephone number and email address of the individual(s) who can verify the demonstrated capabilities identified in the response. Page Limitations Capability Statements shall be limited to ten (10) pages (including references, appendices, charts, illustrations, diagrams and resumes). The cover page does not count against the page limit. Pages shall be single-spaced and formatted as follows: MS Word, 8 ½ x 11, 12-Point Times New Roman font with one (1) inch margins. Response Due Date Submit capability statements via email to Alma C. Barber, Contract Specialist, at vel3@cdc.gov. Should you have any questions concerning this sources sought, please direct your questions in writing to Alma C. Barber, Contract Specialist at vel3@cdc.gov. The Government will not respond to oral questions. Responses must be submitted no later than 10:00am, Eastern Standard Time (EST) by Friday, April 15, 2016. Capability Statements will NOT be accepted after the response due date. No telephonic or facsimile responses will be accepted. The Government will not provide any feedback on capability statements and will not return capability statements received. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for any information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Responses received to this sources sought notice will not be considered as adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2016-N-17807/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04072944-W 20160407/160405234416-bf0d7a1738f29cb6b8f483fb374a1895 (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.