Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

H -- Post-Market Testing and Evaluation of FFRs

Notice Date
8/14/2020 2:15:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
20-R-68088
 
Response Due
8/24/2020 8:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Abbie Jemmott, Phone: 4123866433
 
E-Mail Address
ygf3@cdc.gov
(ygf3@cdc.gov)
 
Description
The Centers for Disease Control and Prevention (CDC), Office of Acquisition Services (OAS) on behalf of the National Institute for Occupational Safety and Health (NIOSH), and the National Personal Protective Technology Laboratory (NPPTL) has a requirement for Post-Market Testing and Evaluation of Filtering Facepiece Respirators (FFRs).� ����� This procurement will be solicited as a�Full and Open, Indefinite Delivery/ Indefinite Quantity (IDIQ) acquisition. This procurement will be competed IAW FAR Part 15, Contract by Negotiation. The NAICS Code for this procurement is 541380 with a size standard of $15,000,000. The resultant task order awards under this contract will either be Firm-Fixed Price (FFP) or Time and Materials / Labor Hour (T&M/LH). Work under this IDIQ contract may be performed at the contractor's facility. The IDIQ period of performance will be 36 months from award with a cumulative contract ceiling of $3,000,000. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. Interested parties are responsible for monitoring beta.sam.gov regularly for any amendments or changes to this solicitation. This notice does not commit the Government to award a contract. �Potential offerors will be responsible for downloading their own copy of the solicitation, possible amendments, and other procurement-related matters. Requests for the solicitation in hard copy form will not be available. No phone calls will be accepted. No facsimile transmissions will be accepted. Any questions regarding this notice must be submitted in writing to Abbie Jemmott, Contracting Officer, at ygf3@cdc.gov no later than August 14, 2020 at 4:00PM EST. 08/14/2020 5:03PM EST ------------------------------------------------------------------------------------- Questions and Answers Q1:�Is there� an incumbent contractor currently performing these services? If so, who is the� incumbent contractor(s) and what is the contract number(s)? A1:�This is a new requirement; however, in 2016 and 2017 similar purchase orders were issued.��200-2016-M-91894 issued to ICS.��200-2017-M-93526 issued to Nelson Labs. Q2:��Attachment #J1, Special Requirements, Page 50: We are currently establishing an ISO 9001 compliant quality management system(QMS). We will not be certified in the time frame for this solicitation, but we do expect to be compliant and operational by September 2020. Will the Government consider our ISO 9001 compliant QMS as acceptable or will only certified systems be considered?� A2: No to an ISO-9001 compliant QMS. �ISO-9001 is a �general quality system; typically used by manufacturing factories.� ISO-17025 is very specific and is for testing and calibration labs.� By having our test procedures listed as part of an ISO-17025 Accreditation Scope, we have confidence that the bidder has been validated, by an external accreditation body, and knows how to run our test procedures. Q3:�Section L.13, sub-section A. Basic Contract, Page 44: We currently do not have the specific digital manometer (Setra Datum 2000 Model 239) and flow controller (Brooks Instrument Co. 5853S) defined in the test methods. For these two pieces of equipment, is it sufficient to say we will purchase these devices at no cost to the government? A3: The specific equipment listed in our test procedures is what we use to conduct the test.� The test procedure clearly says �or equivalent�, so, the bidder would not need have the specific test equipment; they need to have something equivalent.� If they choose to purchase the equipment, it would be at their cost, not the government's. Q4:�On page 50�(Special Requirements), the solicitation notes that vendor must be accredited to ISO/IEC 17025 for the referenced NIOSH test methods.� However, on that same page, the solicitation notes that vendor should demonstrate proof of experience by providing a list of FFRs (manufacturers and models) that the vendor has tested. �In meeting the requirements of 17025 related to client confidentiality (which we do by incorporating those principles into our contract terms and policies), we are not able to provide this type of detailed information.� Any laboratory that maintains accreditation to ISO/IEC 17025 should not be able to turn over such a list in response to this solicitation and retain their accreditation. � Would it be acceptable, for purposes of satisfying that bulletpoint, to provide generalized information about the high volume of various FFR types that we have tested in the last decade? A4:�Yes, in recognition of the confidentiality afforded to 17025 accreditation, a summary list of generalized information, including volume/types of products tested, is acceptable. Q5:�On page 51 (Labor Categories Chart) - what is the 'cross-walk' an example of ? We are having bit of trouble understanding that information is being sought under the field �Identify which Specific Task Areas in the Basic Contract SOW are Applicable to the Labor Category�. �All of technical personnel relevant to the testing work comprehended by this solicitation are fully trained and qualified to perform the NIOSH methods in their entirety. � �Would this be something where a labor category �Chemist� or �Lab Technician� operates in task areas like ""in-lab test performance and data recording� and a ""laboratory administrator� operates in the specific task area of �data/job-file review and report complication� ? Also, are non-technical personnel that will contribute marginally to fulfillment of testing covered by the statement of work and ordered by task orders �(quote/report preparation by administrative personnel, operation of laboratory Quality Management System & associated QC protocols by QA personnel as they relate to testing per task orders) or should this only be completed with respect to technical personnel that will be performing the testing? A5: Offerors should list any and all labor categories they anticipate proposing on for any task order under the duration of this IDIQ. No other labor categories will be accepted upon award of a task order.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f3093c9b42849f5b17955418987361a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05758286-F 20200816/200814230151 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.