SPECIAL NOTICE
66 -- Proficiency Test Program for E. coli, Campylobacter, Salmonella, and L. monocytogenes
- Notice Date
- 2/28/2022 3:00:56 PM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- USDA, FSIS, OAS PCMB BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 123A9422R0002
- Response Due
- 3/25/2022 11:00:00 AM
- Point of Contact
- Barbara Nelson
- E-Mail Address
-
barbara.nelson@usda.gov
(barbara.nelson@usda.gov)
- Description
- The United States Department of Agriculture (USDA), Food Safety Inspection Service (FSIS) intends to negotiate solely with LGC Proficiency Testing, Inc., 1159 Business Park Drive, Traverse City, MI 49686 to obtain the following services for the USDA FSIS Eastern, Mid-Western and Western Labs: Proficiency Test Program for E. coli, Campylobacter, Salmonella, and L. monocytogenes The Government intends to purchase services from LGC Proficiency Testing, Inc. for proficiency testing to include STEC, Campylobacter, Salmonella, L. monocytogenes, and sanitary indicators. These tests must be delivered to all three FSLs (Eastern, Western, and Midwestern laboratories) on a set schedule and at the same time frame. The services are sole proprietary to LGC Proficiency Testing, Inc. and is the only known source which can provide the required services to the current requirements. This procurement will be conducted under the authority of FAR 6.302-1 - Only One Responsible Source and no Other Supplies or Services will Satisfy Agency Requirements Citation: 41 U.S.C. 253(c)(1). The period of performance will be for a seven-month base period plus four 12-month option years. �The contractor shall provide testing services that meet the following requirements: Proficiency test must be associated with a meat matrix and appropriate analytes in support of the FSIS FSLs methodology as referenced in MLG 5C, MLG 4, MLG 8, MLG 3, MLG 41 and supporting CLG methods for fat, moisture, salt, protein, arsenic, cadmium, zinc, mercury and lead. The PT provider must be an ISO/IEC 17043 accredited laboratory to demonstrate competency to develop proficiency testing schemes. The PT event must occur at least twice a year at a minimum and the samples must use a combination of negatives and positives, if applicable. Sufficient sample shall be provided to perform the analysis. An instruction sheet including preparation instructions, specifications for storage and stability, materials to be supplied by the user, factors that affect product performance (sample types, etc.), and contact information shall be included with each PT set. A results due date shall also be included. Samples must be shipped to the correct laboratories with appropriate packaging and shipping permits to ensure the quality of the material does not degrade in transit and shipments are received on time. Performance Indicators and Standards The PT samples provided must be compatible with each applicable method. Selected PT sample schemes must: use the target analytes for each method, must contain sample to perform test, PT samples must not give consistent errors during testing. This is not a request for quotations or an announcement of a forthcoming solicitation. Request for copies of this solicitation will not be honored or acknowledged. The Government does not intend to pay for information received. All interested parties must respond within five (5) calendar days from the date of this notice. Written responses must provide clear and concise documentation indicating your firm's capability to provide the proprietary services. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to announcement #123A9422R0002. If no viable responses have been received in response after Friday, March 25, 2022, 2:00 pm E.S.T to this announcement, USDA/FSIS shall negotiate solely with LGC Proficiency Testing, Inc.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f6057004994f47efaa791fcfed3a456c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06252220-F 20220302/220228230058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |