This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35.
This announcement constitutes the only 100% total small business set aside solicitation and a written solicitation will not be issued. This synopsis, NAICS code 325998, is to notify contractors that the government intends to issue a fixed price IDIQ (Indefinite Deliver Indefinite Quantity) Contract in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. 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.
Award will be made to the party whose quote offers the best value to the Government. The Government may award this contract to other than the lowest price technically acceptable quote. Technical specifications and past performance are significantly more important than price.
This solicitation is issued as a Request for Quotation (RFQ).
The Food and Drug Administration (FDA) intends to award a purchase order for ELISA Kits
Statement of Work (SOW)
FDA has analytical data generated internally and provided by external sources
indicating the presence of melamine in food components used to manufacture a variety
of human and animal feed products including finished food products. In 2007, tainted
pet food was linked to foreign sources of gluten and other bulk protein products
originating from China. More recently, the illnesses of thousands of Chinese infants
has been linked to the intentional addition of melamine to milk that was subsequently
used as an ingredient in infant formula. This current situation has further raised the
agency's concern regarding the practice of utilizing melamine to give the appearance
that products contain a higher level of protein than they actually do for economic
benefit. Several surveillance assignments have been issued recently to address the most
current melamine situation. These assignments focus on the testing of milk derived
components and finished food products containing milk derived components originating
from foreign sources as well as the inspection of domestic infant formula
manufacturers. During domestic infant formula inspections, samples of the milk derived
components used to manufacture infant formula and finished products have been
collected and tested for melamine. In addition to product containing dairy products,
FDA has received reports of melamine found in products containing soy ingredients
To support the efforts of the current import assignment, the FDA must screen large
numbers of imported finished products. FDA scientists use the kits requested to rapidly screen
defined food matrices for the presence of melamine. The specificity and sensitivity of the
above-named kits have previously been evaluated by agency scientists and meet the
stringent requirements established by the agency. Hence, the FDA has a critical need for
such a large quantity of kits to detect the presence of the chemical adulterant melamine.
CLIN0001: Melamine ELISA Kit, PN 50005B, Qnty: 50
CLIN0002: Shipping Charges
Period of Performance
The quantity mentioned above will be the minimum order and should be quoted against the base year below. Please provide a quote per kit for each option year below as well.
Base Year: 02/15/2010 â 02/14/2011
Option Year 1: 02/15/2011 â 02/14/2012
Option Year 2: 02/15/2012 â 02/14/2013
Option Year 3: 02/15/2013 â 02/14/2014
Option Year 4: 02/15/2014 â 02/14/2015
Reporting Requirements and Deliverables.
8301 Muirkirk Road Laurel, MD 20708
Evaluation Criteria:
1. Contractor must demonstrate understanding of the requirement.
2. Contractor must demonstrate the same or similar past performance.
3. Cost
CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information.
QUESTIONS DEADLINE: All questions are to be submitted via email to
[email protected] no later than January 30, 2010 at 3:00 PM EST. Telephone calls will not be accepted.
QUOTATIONS DUE: All quotations are due, via email to:
[email protected] , no later than 3:00 PM EST on February 4, 2010.
PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition.
Bid Protests Not Available