SOURCES SOUGHT
H -- Retail Tobacco Compliance Inspections - Statement of Work
- Notice Date
- 1/22/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-CTP-SBSS-1192944
- Archive Date
- 2/13/2018
- Point of Contact
- Lisa A. Jackson,
- E-Mail Address
-
lisa.jackson@fda.hhs.gov
(lisa.jackson@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work SOURCE SOUGHT NOTICE (SSN) No: FDA-CTP-SBSS-1192944 This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential Small Businesses, (including HUB Zone, 8a, Small Disadvantaged, Veteran- and Service-Disabled Veteran-owned and Woman-owned Small Businesses) that can provide inspections of tobacco retail establishments. The Food and Drug Administration (FDA) requires a Contractor to conduct tobacco retail inspections in the following states: The District of Columbia and Nevada The Government contemplates that two (2) separate contracts will be written for these states. Under the provisions of the Tobacco Control Act (which amended the Federal Food, Drug and Cosmetic Act), FDA has been given the authority to regulate the manufacturing, marketing and distribution of tobacco products to protect the public health and to reduce tobacco use by minors. The Tobacco Control Act (TCA) also amended the Comprehensive Smokeless Tobacco Health Education Act of 1986 (CSTHEA) to grant FDA authority to regulate certain health warnings that must appear on smokeless tobacco products. The FDA requires a contractor to facilitate the enforcement provisions of the TCA by: (1) conducting inspections of retailers that sell and advertise regulated tobacco products; (2) collecting, documenting, and preserving evidence of inspections and investigations; and (3) supporting the FDA in judicial actions resulting from the inspections. The contractor must be able to provide commissionable individuals to conduct these inspections. In order to be commissionable, the inspector must be a health, food, or drug officer/employee of any State, Territory, or political subdivision thereof. The contractor must provide these individuals to be capable of performing the requirement. This must be clearly addressed in your capability statement. The North American Industrial Classification (NAICS) Code is 541990 - All Other Professional and Technical Services. This information is being sought for information and planning purposes only and shall not be construed as an Invitation for Bids (IFB), a Request for Proposals (RFP), Request for Quotes (RFQ), or an indication the Government will contract for the items or services herein. This notice 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 notice. If in the future an official solicitation is released, there is no guarantee that sources responding to this Sources Sought Notice will be included on the source list. ONLY SMALL BUSINESS FIRMS NEED TO RESPOND TO THIS SOURCES SOUGHT NOTICE WITH A CAPABILITY STATEMENT. A response to this Notice shall include company name, address, point of contact, size of business pursuant to NAICS 541990, and Data Universal Numbering System (DUNS) Number. The capability statement must include: 1. Technical approach to accomplish the work outlined in the Statement of Work (attached). 2. Organization and Staffing, including Key Personnel(including ability to provide commissionable inspectors), and plan for recruiting, training, and maintaining the safety of the Minors. 3. Plan to obtain a grant of minor immunity, if required by the state to perform inspections. 4. Listing of which states you are capable of performing inspections. Additionally, the statement should demonstrate prior experience in and ability to provide: 5. Relevant Corporate Knowledge 6. Program Management 7. Effective Inspection Plan for Retailers 8. Planning/Scheduling of retail inspections 9. Quality Control Plan 10. Performance of similar inspection work. Responses are requested by January 29, 2018 and are limited to a maximum of seven (7) pages (font size 10 or larger). The anticipated period of performance is one year with two (2) one-year option periods. After review of the responses received, a formal solicitation WILL be published on the Federal Business Opportunities (FBO) Web site at https://www.fbo.gov/. Potential offerors are responsible for monitoring the FBO website for the release of a Request for Proposal (RFP). Contractors must be registered in the System for Award Management (SAM), accessed via the Internet at https://www.sam.gov/portal/public/SAM/. Interested parties capable of performing this requirement should send an email responding to this Sources Sought Notice to Lisa Jackson at lisa.jackson@fda.hhs.gov. **NO QUESTIONS WILL BE ENTERTAINED. NO TELEPHONE REQUESTS FOR ADDITIONAL INFORMATION WILL BE HONORED.**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-CTP-SBSS-1192944/listing.html)
- Record
- SN04795685-W 20180124/180122230723-a8a40a9e9cd87bdcc070e0a8b332b84b (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 |