Search Contract Opportunities

On-Site Pathology Services

ID: FDA-SSN-2024-126323 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

MARKET RESEARCH PURPOSES ONLY

NOT A REQUEST FOR PROPOSAL OR SOLICITATION

This is a request for information along with a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a RFP package or solicitation. There is no RFP package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given.

The U.S. Food and Drug Administration (FDA) is conducting market research to support the National Center for Toxicological Research (NCTR), requirement to provide On-site Pathology Services.

The FDA is seeking sources to determine the availability and capability of businesses capable of providing the required On-site Pathology Services as described herein. All business sources are encouraged to submit capability statements including small business concerns. The following information is provided to assist the FDA in conducting Market Research to identify potential sources for this effort. The announcement is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this announcement and the draft Performance Work Statement (PWS) as Attachment 1.

The associated North American Industry Classification System (NAICS) Code is 541990 All Other Professional, Scientific and Technical Services; Small Business Size Standard is $19.5 million.

The FDA/NCTR/ requires On-site Pathology Services in support of FDA's mission, including but not limited to, the following areas: 1) major services and functional support; 2) gross pathology; 3) histology; 4) pathologist services; 5) clinical chemistry; 6) immunohistochemistry and special procedures; 7) molecular pathology and methods development; 8) digital imaging; 9) data management; 10) archive management (wet tissue and block/slide); 11) internal quality assurance; 12) quality control; and 13) administrative services and management.

Background . The National Center for Toxicological Research (NCTR) is located at the Jefferson Laboratories of the U.S. Food and Drug Administration (FDA) in Jefferson, Arkansas. NCTR is an internationally recognized FDA research center that conducts toxicological research studies and other research activities designed to support the FDA's mission to protect the public's health. NCTR investigators partner with researchers elsewhere in the FDA as well as other government agencies, industry, and academia. NCTR is comprised of six research divisions and has facilities including: 132 general or special purpose research laboratories; an imaging center; a nanotechnology core facility; and an inhalation toxicology facility. NCTR has AAALAC-accredited animal facilities with animal housing accommodations including conventional housing for rodents, rabbits and large animal species (e.g. NHP, mini-swine), a rodent breeding colony, quarantine facilities for all species, and a zebrafish facility. On-site pathology services for the animal studies performed at NCTR have been obtained through contracts since the Center's inception in 1972.

Place of Performance

All on-site pathology services shall be at 3900 NCTR RD, Jefferson, AR 72079.

The anticipated performance period is a base year with up to four (4) 1-year option periods.

The respondents shall furnish sufficient technical information necessary for the Government to determine the capability of the respondent at meeting the requirement of this initiative identified above. All interested parties may respond. Responses are limited to twenty (20) pages on 8.5 inch by 11-inch paper. At a minimum, responses shall include the following:

  1. Provide a brief corporate profile of your company to include the following:
    1. Business name
    2. SAM Unique Entity ID number
    3. CAGE code
    4. Business address
    5. Business website
    6. Business size status (i.e.: SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB)
    7. Number of employees in your organization
    8. Point of contact name
    9. Mailing address (if different from business address)
    10. Phone number
    11. Email address
  2. Describe capability and experience with each of the service areas described in the draft PWS Sections: 4.2.5, 4.3, 4.4, 4.5, 4.6, 4.7, 4.8, 4.9, 4.10, 4.11, 4.12, 4.13, 4.14, and 4.15.
  3. Are there additional complementary activities that your company would suggest to fully support the FDA's stated objectives?
  4. Please note any additional considerations, changes, additions, updates, or clarifications your company suggests critical to this procurement.
  5. Provide any comments to the draft PWS and appendices.
  6. Please provide a short narrative explaining how your company would approach providing the range of highly specialized, highly technical data and/or services to the FDA in Jefferson, AR. If applicable, describe how the approach has proven successful in past efforts that are similar to this one in size, scope, and complexity.
  7. Possible ways to reduce the cost of the contract.
  8. Past performance information on up to three sources within the last three years for the same or similar services as this requirement in which the offeror has provided same or substantially similar solutions and used for same or near-same applications as set forth herein. For each past performance reference include the Contract number, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address.
  9. Please describe any recommended performance and customer satisfaction measures and indicators which would give the FDA adequate ability to monitor the quality of the services provided under the anticipated contract.
  10. If your company identifies any gaps in the described objectives and scopes, please describe any relevant projects where your company provided the service or support identified and what complementary scientific objectives were achieved.
  11. What contract vehicles would your company suggest in acquiring the services outlined in this document (GSA Federal Schedules, Government-wide Acquisition Contract (GWAC), OMB Best in Class Contracts, etc.)?
  12. If a small business, demonstrate the firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting.
  13. If a large business, identify the subcontracting opportunities that would exist for small business concerns.
  14. Describe your usual contract type, terms and conditions.
  15. Although this is not a request for quote, informational pricing for each attached labor category at a fully burdened rate is required.

The government is not responsible for locating or securing any information, not identified in the response.

The Government encourages any comments and/or suggestions from any interested party, regarding the draft PWS. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation.

Interested Parties must respond with capability statements which are due by email to the point of contact listed below on or before 1:00 pm (Central Time in Jefferson AR) on December 17, 2024 to: nick.sartain@fda.hhs.gov. Reference: FDA-SSN-2024-126323.

Notice of Intent

Responses to this Sources sought Notice will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.

Disclaimer and Important Notes

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work.

Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre solicitation synopsis and solicitation may be published in sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality

No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non proprietary technical information in any resultant solicitation(s).

Background
The U.S. Food and Drug Administration (FDA) is conducting market research to support the National Center for Toxicological Research (NCTR) in providing On-site Pathology Services.

NCTR, located at the Jefferson Laboratories in Jefferson, Arkansas, is an internationally recognized FDA research center focused on toxicological research studies aimed at protecting public health. The center collaborates with various researchers across the FDA, other government agencies, industry, and academia. Since its inception in 1972, NCTR has relied on contracts for on-site pathology services for animal studies.

Work Details
The required On-site Pathology Services include:
1) major services and functional support;
2) gross pathology;
3) histology;
4) pathologist services;
5) clinical chemistry;
6) immunohistochemistry and special procedures;
7) molecular pathology and methods development;
8) digital imaging;
9) data management;
10) archive management (wet tissue and block/slide);
11) internal quality assurance;
12) quality control; and
13) administrative services and management. Respondents must provide capability statements detailing their experience with these service areas as outlined in the draft Performance Work Statement (PWS). Additionally, they should suggest complementary activities to support FDA's objectives, provide comments on the draft PWS, and describe their approach to delivering specialized services.

Period of Performance
The anticipated performance period consists of a base year with up to four (4) one-year option periods.

Place of Performance
All on-site pathology services shall be performed at 3900 NCTR RD, Jefferson, AR 72079.

Overview

Response Deadline
Dec. 17, 2024, 2:00 p.m. EST Past Due
Posted
Nov. 26, 2024, 9:40 a.m. EST
Set Aside
None
Place of Performance
Jefferson, AR 72079 United States
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
29%
On 11/26/24 Food and Drug Administration issued Sources Sought FDA-SSN-2024-126323 for On-Site Pathology Services due 12/17/24. The opportunity was issued full & open with NAICS 541990 and PSC Q515.
Primary Contact
Name
Nick Sartain   Profile
Phone
(870) 543-7370

Documents

Posted documents for Sources Sought FDA-SSN-2024-126323

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought FDA-SSN-2024-126323

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FDA-SSN-2024-126323

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FDA-SSN-2024-126323

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > FOOD AND DRUG ADMINISTRATION > FDA OFFICE OF ACQ GRANT SVCS
FPDS Organization Code
7524-00223
Source Organization Code
100188033
Last Updated
Jan. 2, 2025
Last Updated By
nick.sartain@fda.hhs.gov
Archive Date
Jan. 1, 2025