Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | Maryland |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 14, 2023 |
Due: | Mar 26, 2023 |
Solicitation No: | 6594861 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
(See attachment for full Satement of Work)
STATEMENT OF WORK
Background
NIH ODS has collaborated with the National Institute of Standards and Technology (NIST) since
2002 to cumulatively produce over 40 reference materials for dietary supplement ingredients and
products derived from botanicals and other natural products. A reference material or RM is a
material that is homogenous and stable with respect to one or more specified properties, and for
food and dietary supplement RMs issued by NIST the specified properties are often quantified
values with uncertainties for select macro- and micronutrients, marker compounds, toxins,
contaminants, and/or adulterants. NIST’s analytical determinations of botanical RMs
predominantly focus on the material’s composition of vitamins, minerals, toxic elements, and
potentially bioactive phytochemicals/organic compounds. Additional chemical characterization
beyond individual and often unique constituents, including determinations for fat, protein, and
carbohydrate content, will support more comprehensive comparisons of available botanical RMs
and expand their value as an experimental resource for dietary supplement researchers and
industry scientists.
SCOPE
The National Institutes of Health Office of Dietary Supplements (NIH ODS) seeks proposals
from testing laboratories for proximate analyses (i.e., moisture, total fat, total protein, total
carbohydrate) of reference materials for common botanical and other natural product derived
dietary supplement ingredients.
Objectives
NIH ODS seeks a testing laboratory to provide proximate analyses for a collection of NIST
dietary supplement ingredient reference materials. For the purposes of this project, proximate
analysis means gravimetric determinations (mass/mass) of water (moisture [for the purpose of
determining dry mass basis]), total fat, crude protein, and total carbohydrate. The full listing of
NIST RMs intended for proximate determination is provided in Table 1 under Requirements.
NIH ODS will use the resulting proximate determinations to complement existing analytical
characterizations and expand the quantitative information provided for the RMs in a publicly
accessible online database.
Requirements
NIH ODS seeks a vendor with demonstrated capabilities to perform chemical analyses necessary
for the determination of total fat, total protein, and total carbohydrate for all RMs listed in Table
1. Offeror shall propose analytical test methods that are scientifically validated, for example
published compendial methods from AOAC International, United States Pharmacopeia, or other
internationally recognized consensus standard setting organizations, or provide documentation
for an otherwise fully validated methodology. Offeror shall demonstrate up-to-date ISO 17025
accreditation that covers all proposed analytical test methods.
Offeror shall make all proximate determinations for each material based on 4 measurement
replicates (i.e., 19 natural product RM matrices x 4 measurement replicates = 76 sample
measurements). In addition, a certified reference material with reference values for the
proximates to be assigned (NIST SRM 3232 Kelp Powder (Thallus laminariae)), shall be
included as a control material in measurement runs with a regularity specified by the offeror.
NIST natural product RM matrices include powdered plant parts (e.g., leaves, rhizome/root, fruit,
aerial parts), protein isolates, and oil extracts. As such, offeror shall demonstrate capabilities and
experience in quantitative chemical analyses of the matrix types and preparations listed in Table
1. Offerors should describe available alternative or orthogonal analytical testing methods which
would be used in the event that the requisite analytes/matrices prove challenging for their
standard in-house methods.
Table 1. Dietary Supplement RMs to Undergo Proximate Analysis
NIST RM # Source Material Material Matrix /
Preparation
NA Ashwagandha (Withania somnifera) Powdered rhizomes
NA Black cohosh (Actaea racemosa) Powdered leaves
NA Black cohosh (Actaea racemosa) Powdered rhizomes
RM 8662 Eleuthero (Eleutherococcus senticosus) Powdered root
NA Red clover (Trifolium pratense) Powdered flowers
SRM 3246 Ginkgo biloba Powdered leaves
SRM 3398 Ginger (Zingiber officinale) Powdered rhizomes
SRM 3384 Asian Ginseng (Panax ginseng) Powdered rhizomes
SRM 3254 Green Tea (Camellia sinensis) Powdered leaves
RM 8650 Kudzu (Pueraria montana var. lobata) Powdered rhizomes
SRM 3299 Turmeric (Curcuma longa L.) Powdered rhizomes
RM 8037 Krill Oil Oil extract
RM 8183 Omega-3 and Omega-6 Fatty Acids in Botanical Oils Oil extract
SRM 3275 Omega-3 and Omega-6 Fatty Acids in Fish Oil Oil extract
SRM 3250 Saw Palmetto (Serenoa repens) Powdered fruit
SRM 3237 Soy Protein Concentrate Powder
RM 8186 Soy Protein Isolate Powder
SRM 3262 St. John's Wort (Hypericum perforatum L.) Powdered aerial parts
SRM 3253 Yerba Mate (Ilex paraguariensis) Powdered leaves
SRM 3232 Kelp (Thallus laminariae) Powder
PERIOD OF PERFORMANCE
Work is to be completed within 6 months after NTP is approved.
PERFORMANCE SCHEDULE
Performance Schedule: Monday through Friday
Work Hours: 0700 to 1630 (7:00 a.m. to 4:30 p.m.)
PLACE OF PERFORMANCE
The work may be performed at the offeror’s location of choice. NIH ODS shall provide to
the awarded vendor the requisite number of RM samples (and their accompanying NIST
Certificates of Analysis documentation) needed for proximate analyses.
Deliverables
The offeror will generate data for accurate, precise, and reliable measurements of moisture, total
fat, total protein, and total carbohydrate, for the 17 RMs listed in Table 1, using scientifically
validated analytical methods. Offeror will deliver a comprehensive report to NIH ODS that
describes all experimental procedures (including methodology, materials, reagents) and all raw
data replicate measurement values (including means and standard deviations of replicates) for the
RM samples and control material(s) in order to prepare a final proximate value determination for
the purpose of incorporation into a publicly accessible online database to be hosted on the NIH
ODS website (https://ods.od.nih.gov/).
Contractor Traits
ODS seeks the following qualities and qualifications of the offeror:
1. U.S. based vendor preferred.
2. Offeror shall demonstrate up-to-date ISO 17025 accreditation that covers all proposed
analytical test methods.
3. Offeror shall propose analytical test methods that are scientifically validated.
Offeror should possess experience in contract-testing services for the food and dietary
supplements industry
GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/INFORMATION
Not Applicable (N/A)
CONSIDERATIONS
• Maintain communication with the COR (and immediately inform the COR of any unforeseen issues
or problems that arise).
• Inform COR of any anticipated disruption in services for construction at least three (3) days in
advance.
CLOSE OUT
• The contractor shall provide a signed warranty of any damage, defective material and improper
workmanship on any material provided in this contract.
• Materials and labor to be warranted for one year after installation, and equipment to be warranted per
manufacturer.
END OF SOW
SECTION 2 – PROVISIONS
52.252-01 – Provisions Incorporated by Reference (FEB 1988)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is cautioned that the listed provisions may include blocks that must be completed
by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those
provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this/these address(es): http://acquisition.gov/far/current/html/FARTOCP52.html
Clause Title Date
52.212-1 Instructions to Offerors-Commercial Products and Commercial
Services
NOV 2021
52.212-2 Evaluation-Commercial Products and Commercial Services NOV 2021
52.212-3 Offerors Representations and Certifications-Commercial
Products and Commercial Services
MAY 2022
52.214-34 Submission of Offers in the English Language APRIL 1991
52.214-35 Submission of Offers in U.S. Currency APRIL 1991
Provisions Incorporated by Full Text
52.212 -1 Instructions of Offerors-Commercial Products and Commercial Services—
Addendum (NOV 2021)
o Ensure organization’s Entity Information is registered on System for Award Management (SAM). See
www.SAM.gov
o This is a notice that the procurement is a total set-aside for Small Business
o Only quotes submitted by Small Business will be accepted by the government
o Any quote submitted by a vendor not a Small Business will not be considered for award
• Submission of Proposals
The proposal shall identify labor categories, rates, and total amount. The proposal shall not exceed five
(5) pages. Interested offerors that submit proposal packages via e-mail to
emmanuel.riddle@nih.gov are encouraged to request a delivery receipt and reference
Solicitation No. 75N98023Q00023 Testing Laboratories for Proximate Analyses
(Note: If needed, offerors should .zip file proposals to keep the attachment size under 25 MB).
An official having the authority to contractually bind the offeror's company must complete blocks 17a,
30a, 30b and 30c the Standard Form (SF) 1449 Solicitation/Contract/Order for Commercial Items in
accordance with the procedures prescribed in FAR 4.102.
• Acceptable Offerors
The proposal package must be in English and not exceed 5 pages. Quotes received in another language
other than English will be rejected. The proposals shall include the font size 12 and the font style Times
New Roman.
Telegraphic offers (submitted by telegram or mailgram) will not be accepted. Any proposal received after
the time and date specified will not be considered.
• Late Offers
Offers or modifications of offers received at the address specified for receipt of offers after the exact time
specified for receipt of offers in Block 8 of Standard Form 1449 will not be considered.
• Estimated Date of Contract Award
The Government intends to evaluate and award a contract without discussions with offerors. Therefore,
the offerors initial offer should contain the offerors best terms from a price and technical standpoint.
However, the Government reserves the right to conduct discussions if later determined by the Contracting
Officer to be necessary. The Government may reject any or all offers if such action is in the public
interest and waive informalities and minor irregularities in the offers received.
• Communication
The offeror is instructed to contact only the solicitation Issuing Office for information about any aspect of
the solicitation. All communication regarding this solicitation should directed to the Agency Point of
Contact, Emmanuel Riddle, at emmanuel.riddle@nih.gov. Communication is preferred via email. The
offeror must confirm receipt of communication submitted by these methods. The offeror is cautioned
against contacting Government technical personnel regarding this solicitation prior to award of this
procurement.
ALL QUESTIONS regarding this solicitation must be forwarded to emmanuel.riddle@nih.gov via email
by 2:30PM March 16, 2023. Responses to all questions/comments will be posted as an amendment to the
solicitation in https://www.SAM.gov/. If questions are received after the cut-off date, the solicitation
response due date may not be extended. The Government will make reasonable attempts to respond to
questions/comments.
• Contract Administration
All contract administration matters will be handled by the National Institute of Health (HQ) Office of
Acquisition located in Bethesda Maryland.
52.217-5 Evaluation of Options – (July 1990)
Offeror should be aware that the Government shall perform a “best value analysis” using lowest priced
technically acceptable selection. The selection for award shall be made to the Offeror whose proposal is
most advantageous to the Government, taking into consideration the technical factors listed below and the
total proposed price across all contract periods.
Factor 1 - Technical
The offeror must submit a written technical proposal for evaluation which provides sufficient provides
sufficient information to demonstrate the capabilities to satisfactorily perform the work. The proposal
must address the following:
o Qualifications/experience
o Staffing plan (Note: Address available resources)
o Identify any potential problems and/or critical issues that will relate to the successful completion
of the project.
Factor 2 – Price
Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must
represent a price to the government that a prudent person would pay when consideration is given to prices
in the market. The Offeror shall submit firm fixed prices for all items listed on the SOW (including
options).
Factor 3 – Past Performance
The Offeror’s experience will be evaluated on the degree of relevance to the requirement on the basis of
similarity in size, scope, complexity, technical difficulty, contract type, and period of performance. Only
recent experience will be evaluated. Evaluations may include interviews with previous clients of the
prime contractor and subcontractors and may include interviews with previous clients of proposed
personnel. The Offeror’s experience with and knowledge of issues and problems of large organizations
will be evaluated.
The Offeror’s past performance will be evaluated on the basis of information contained in the Offeror's
proposal and the information that the Government obtains through other means. The past performance
evaluation will assess the Offeror’s record of providing high quality services of a similar nature in a
manner that ensures maximum accuracy, throughput, cost effectiveness and overall client satisfaction.
If some of the Offeror’s experience is relevant and the rest is not, only the relevant experience will be
evaluated for purposes of past performance. If no experience is relevant or the experience that is relevant
cannot be evaluated due to a reference’s failure to respond, a rating of neutral will be assigned for past
performance as defined below.
The Government will evaluate the Past Performance Factor using the following adjectival ratings.
Rating Symbol Definition
Neutral N No past performance available for evaluation. Offeror has
asserted that it has no directly related or similar relevant past
performance experience. Proposal receives no merit or demerit
for this factor.
Outstanding O Based on the Offeror’s record of past performance, no issues,
concerns, or risks are associated with receiving timely services
and contract performance. Past performance surveys and the
Offeror’s experiences indicate that the Offeror is capable of
exceeding the requirements of the delivery order. The
Contractor has demonstrated significant experience with and
knowledge of the issues and problems of large organizations.
Good G The Offeror’s record of past performance indicates there is very
little risk associated with receiving quality products, timely
services and full contract performance. Past performance
surveys and the Offeror’s experience indicate the Offeror will
meet or exceed the requirements of the delivery order. The
Contractor has demonstrated experience with and knowledge of
the issues and problems of large organizations.
Acceptable A The Offer’s record of past performance indicates that there is
some potential risk associated with receiving quality products,
timely services, and contract performance. Past performance
surveys and the Offeror’s experience indicate the Offeror may
have some problems during performance of the delivery order.
The Contractor has demonstrated limited experience with and
knowledge of the issues and problems of large organizations.
Unsatisfactory U The Offeror’s record of past performance indicates it will be
unable to perform successfully on the delivery order.
Relative Importance of Evaluation Factors
Pricing is significantly important than past performance and technicality.
Basis for Award:
Offeror should be aware that the Government shall perform a “best value analysis” using lowest priced
technically acceptable selection. The selection for award shall be made to the Offeror whose proposal is
most advantageous to the Government, taking into consideration the technical factors listed above and the
total proposed price across all contract periods
Before award can be made to the potential successful offeror:
a. The offeror must be deemed “responsible”, as defined in Federal Acquisition Regulation (FAR)
9.1, meets all standards contained therein, and is otherwise eligible to receive an award;
b. The offeror’s proposal must comply with the requirements of law, regulation and conditions set
forth in the solicitation;
c. The offeror’s evaluated price must be determined to be fair and reasonable; and
d. The offeror and individuals proposed to provide services under the contract must be determined
to be free of any conflicts of interest that cannot be waived or mitigated.
52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial
Services--Addendum (MAY 2022)
An offeror should complete the representations and certifications online via www.SAM.gov.
With GovernmentContracts, you can:
Follow BIG IP renewal Active Contract Opportunity Notice ID N0042124Q0035 Related Notice Department/Ind.
Federal Agency
Bid Due: 11/22/2024
Follow BPA Semiconductor & Related Device Manufacturing Active Contract Opportunity Notice ID N0017424SN0015
Federal Agency
Bid Due: 11/11/2028
Follow BPA - HAND TOOLS PSC 5110, 5120, 5130 Active Contract Opportunity Notice
Federal Agency
Bid Due: 11/11/2028
Follow BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365 Active
Federal Agency
Bid Due: 11/11/2028