SOURCES SOUGHT
B -- Fluoride Analysis for NHANES 2018-2023 - Statement of Work-Draft
- Notice Date
- 9/7/2018
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- CDC-2019-25295-SBSS-EDS
- Archive Date
- 10/6/2018
- Point of Contact
- Eric D. Sullivan, Phone: 4123865290
- E-Mail Address
-
lrv4@cdc.gov
(lrv4@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Statement of Work for NHANES Fluoride Testing requirement. This is a Small Business 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. The Centers for Disease Control and Prevention (CDC), National Center for Health Statistics (NCHS) seeks to contract with a CLIA - certified laboratory to obtain laboratory measurements on water samples for fluoride levels and develop a laboratory procedure manual in accordance with the Statement of Work. The contractor shall provide all labor, equipment, supplies, services, permits, and licenses necessary to perform these measurements and develop the manual. The attached draft Statement of Work (SOW) contains more details about the work. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the NAICS code 541380 for the potential acquisition. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Additionally, organizations submitting information must have an active registration in the System for Award Management (SAM). The anticipated period of performance is 56 months. Capability statement /information sought. Respondents believing that they possess the expertise and experience to meet the government's needs described in the SOW are invited to submit technical and management capabilities addressing those requirements. These may include but are not limited to: (a) staff expertise, including staff availability, experience, and formal and other training and (b) examples of prior completed Government contracts, references, and other related information. Below are the minimum qualifications that a laboratory will have to meet to be considered as capable of successfully performing this work. Capability submittals must document the following qualifications: 1. Operation of a CLIA certified laboratory with industry standard processes in place, including a quality assurance system by which random or systematic errors may be detected and monitored, with regard to the water fluoride testing to be performed in accordance with the Statement of Work. 2. Ability to generate periodic reports using Microsoft Word documents and Microsoft Excel-based spreadsheet(s) of results and quality control information in a government-specified format (i.e., column delimited), to be transmitted to NCHS via a secure transmission method (e.g., secure FTP). 3. An existing CLIA-compliant processes for tracking receipt and processing of NHANES samples from receipt in the lab, to output of the analysis product in accordance with the Statement of Work. 4. The existence of processes and the ability to keep historical records/archives of transmissions and results to support resolution of questions or issues regarding particular samples in accordance with the Statement of Work. 5. In place storage facilities capable of storing a large volume of samples at -80 degrees Celsius for upon receipt and to store for at least one year. 6. Existing procedures for the maintenance of a laboratory log containing a record of the status of all vials upon arrival, date of receipt, deviations from protocol or good laboratory practice, and an account of all vials including a record of all handling, storage, and manipulation of samples, which might affect the quantitative results reported (e.g., freezing, thawing of sera, spilled, contaminated). 7. Enrollment in a proficiency-testing program through independent laboratories, such as the College of American Pathologists (CAP) or comparable program. 8. Fluoride water test method must be current, stable, readily available, practical and reliable, which are determined by the speed, cost, and technical skills to required, dependability and safety of the test. 9. Linearity of the water fluoride assay must be verified down to a lower limit of detection of 0.02 ppm or less. All water samples will be tested and reported in duplicate 10. Testing personnel possess a high degree of subject matter knowledge, skills and ability to perform the testing and other duties described in the SOW. 11. The Contract Officer Representative(s) must be able to conduct annual site visits and laboratory inspections of Contractor to assess the analytic and post-analytic processes of NHANES samples. Additionally, a respondent must include in its capability statement: - Organization name - Address - DUNS number - Business size and Classification (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code of 541380 with a size standard of $15 M. - Point(s) of contact - Emails for contacts - Telephone numbers for contacts Response Due Date. Submit information regarding the above to Eric D. Sullivan, Contracting Officer via email at LRV4@cdc.gov and Reference: CDC-2019-25295-SBSS-EDS. Responses are due no later than 3:00 PM Eastern Time on September 21, 2018. Responses must be submitted via email addressed to LRV4@cdc.gov. Any information received by the government will not be returned. Disclaimer and Important Notes : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this notice. 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 the 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. However, responses to this notice will not be considered 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/CMBP/CDC-2019-25295-SBSS-EDS/listing.html)
- Record
- SN05079211-W 20180909/180907231458-2ecc1bee9c3d083b57a415a66b29ac87 (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 |