Federal Bid

Last Updated on 22 Jul 2008 at 8 AM
Combined Synopsis/Solicitation
Institute West virginia

Service for Packaging Dietary Supplements

Solicitation ID NB839020-8-05027
Posted Date 25 Jun 2008 at 4 PM
Archive Date 22 Jul 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Institute West virginia United states
Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. The North American Industry Classification Code (NAICS) is 334514. This is a small business set-aside. THIS REQUIREMENT IS RESTRICTED AND ONLY SMALL BUSINESS CONTRACTORS MAY SUBMIT A QUOTE. The NIST Chemical Science and Technology Laboratory has a requirement for packaging dietary supplements. These dietary supplements shall be packaged in polyethylene heat-sealed bags inside heat-sealed Mylar pouches in accordance with the following Performance Work Statement (PWS): --BEGINNING OF THE PERFORMANCE WORK STATEMENT--------- PERFORMANCE WORK STATEMENT Packaging of SRMs 3291 Bilberry Extract, 3269 Kudzu-Containing Solid Oral Dosage Form, 3273 Red Clover-Containing Solid Oral Dosage Form, and 3298 Black Cohosh-Containing Solid Oral Dosage Form 1. Background Information NIST is working with the National Institutes of Health’s Office and Dietary Supplements and the Food and Drug Administration to produce a series of Standard Reference Materials (SRMs) for dietary supplements. Suites of bilberry, kudzu, red clover, and black cohosh materials are part of this series, and this Statement of Work describes the requirements for packaging four of these materials: SRMs 3291 Bilberry Extract, 3269 Kudzu-Containing Solid Oral Dosage Form, 3273 Red Clover-Containing Solid Oral Dosage Form, and 3298 Black Cohosh-Containing Solid Oral Dosage Form. These materials shall be packaged in polyethylene heat-sealed bags inside heat-sealed Mylar pouches. 2. Scope of Work: The contractor will package approximately: 6300 g bilberry extract 2400 g kudzu-containing solid oral dosage form 1600 g red clover-containing solid oral dosage form 2400 g black cohosh-containing solid oral dosage form that shall be provided by NIST. Several containers containing kudzu, red clover, and black cohosh products will be provided. These materials shall be individually blended – i.e., a separate blend of kudzu-containing products, a separate blend of clover-containing products, and a separate blend of black cohosh-containing products – and 2.6 g + 0.1 g aliquots shall be packaged in 4 mil polyethylene bags under dry nitrogen or argon. This polyethylene package shall then be overpackaged in an aluminized packet with a suitable quantity of silica gel (e.g., two packets of SORB-IT). A single container of bilberry extract shall be provided. This material shall be blended and 1.1 g + 0.1 g aliquots shall be packaged as described above. NIST expects to receive nominally 6300 packets of the bilberry extract, 2400 packets of the kudzu-containing material, 1600 packets of the clover-containing material, and 2400 packets of the black cohosh-containing material. 3. Specific Tasks: Prior to packaging of these materials, the contractor shall individually blend the materials provided by NIST. Nominally 6300 packets of the bilberry extract, 2400 packets of the kudzu-containing material, 1600 packets of the clover-containing material, and 2400 packets of the black cohosh-containing material will be prepared. The contractor shall acquire aluminized plastic packaging material (GP-48M/25 or equivalent), 4 mil polyethylene, and silica gel packets. Polyethylene packets shall be flushed with dry nitrogen or argon and filled with 1.1 g of bilberry extract or 2.6 g of each of the three other materials (kudzu, clover, black cohosh) with an accuracy of 0.1 g. Packets shall be filled under controlled temperature and humidity conditions (e.g., glove box, controlled-humidity room) at 20 ˚C to 25 ˚C and 45% to 50% relative humidity, respectively. Packets shall be transferred, in fill order, to a box that shall be filled from back to front. The back and front of each box shall be marked, and boxes shall be numbered sequentially. Boxes shall be labeled to indicate their contents: SRM 3291 Bilberry Extract, SRM 3269 Kudzu-Containing Solid Oral Dosage Form, SRM 3273 Red Clover-Containing Solid Oral Dosage Form, and SRM 3298 Black Cohosh-Containing Solid Oral Dosage Form. Boxes shall be placed on pallets and delivered to NIST at the contractor’s expense. 4. Reporting Requirements and Deliverables: Delivery of packaged material shall be expected 4 months from delivery of bulk materials to the contractor by NIST. Delivery of material in one to four shipments shall be acceptable. 5. Government Responsibilities NIST shall provide the contractor with bulk bilberry, kudzu, red clover, and black cohosh materials to be packaged If fewer than 6300, 2400, 1600, and 2400 packets of the bilberry, kudzu, clover, and black cohosh materials, respectively, are received, NIST will pay only for the number of packets received. This order shall not allow for overages. 6. Program Management and Control Requirements: The contractor shall confirm throughout the packaging process that packets are appropriately filled and sealed and that boxes are appropriately labeled. The contractor shall notify NIST if problems are encountered. 7. Inspection and Acceptance Criteria: NIST shall inspect the shipment of materials to confirm that materials have been packaged as described above. NIST personnel shall inspect the shipment of materials. Acceptance of the materials shall be judged on the following: 1. Materials shall be packaged as described in the Performance Work Statement (PWS) and meet all specifications set forth in the Statement of Work. 2. All packets shall arrive intact and usable. 8. Period of Performance: The period of Performance will begin with the receipt of the materials by the Contractor from NIST and run four months. If further information is required about the facilities, please refer to the NIST website, www.nist.gov . Delivery schedule: One to four shipments, shall be acceptable. The Contracting Officer’s Technical Representative (COTR) is: to be determined. Price Quote – The contractor shall submit the best potential fixed price for each CLIN. The resulting purchase order shall be negotiated on a fixed priced basis. The award shall me made on the best value basis. The best value evaluation factors while relatively equal are listed in order of importance, include the following: 1) Approach - The likelihood of effectively meeting the delivery schedule; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) – Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data – General; 52.217-9 Option to Extend the Term of the Contract, FAR 52.217-8, Option To Extend Services and other appropriate clauses as needed. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Performance Work Statement “NIST, Office of the US Measurement System’s Strategic Plan. Please provide an electric response addressed to Monique Speights, Purchasing Agent, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640 Gaithersburg, Maryland 20899-1640, [email protected]. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. A quote shall be submitted as in an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twenty(20) single sided pages. Submit quotes arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance for relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required technical consulting services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote.
Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Aug 2022 at 4 AM
Cheyenne Oklahoma 17 Dec 2018 at 6 PM
Supply North carolina 26 Jan 2018 at 12 AM
Cass lake Minnesota 04 May 2020 at 9 PM
Winnebago Nebraska 23 Mar 2020 at 8 PM

Similar Opportunities

Washington 28 Jan 2026 at 5 AM
Milton Vermont 15 Jul 2025 at 1 PM
Pennsylvania 14 Jul 2025 at 4 PM
Pennsylvania 15 Jul 2025 at 12 PM