Evaluation of the Microbial Parameters of E-Liquids (ENDS)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Mar 11, 2022 01:22 pm EST
- Original Date Offers Due: Mar 25, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 09, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: B537 - SPECIAL STUDIES/ANALYSIS- MEDICAL/HEALTH
- NAICS Code:
- 541720 - Research and Development in the Social Sciences and Humanities
- Place of Performance: Beltsville , MD 20705USA
Description
The Food and Drug Administration (FDA), Center for Tobacco Products (CTP) requires a contractor to provide microbiological analyses of the following parameters in electronic nicotine delivery systems (ENDS) e-liquids:
- water activity (aw)
- antimicrobial effectiveness testing (AET)
- total aerobic microbial counts (TAMC)/total yeast and mold count (TYMC)
- endotoxin
- (1→3)-β-D-glucan
- N-nitrosnornicotine (NNN) and 4-(N-methyl-N-nitrosoamino)-1-(3-pyridyl)-1-butanone (NNK)
The purpose of this project is to determine baseline levels of each parameter in a variety of ENDS e-liquids. We will test laboratory-prepared e-liquids first, in order to examine the role of specific parameters (PG/VG levels, nicotine levels, flavors) in anti-microbial properties of the e-liquid. Next, we will test commercial e-liquid samples (at least three batches per e-liquid). Samples will be stored at ambient temperature in original containers and may be pooled by batch using aseptic techniques in order to obtain enough volume for all testing. Triplicate samples will be tested for each parameter at defined time points from initiation of study in order to provide data over a simulated stability period. Expiry of each product should be noted at the time of purchase prior to initiation of the study.
The contractor needs to have the following skills/capabilities: Ability to perform work as stated in the SOW. Ability to have the equipment and facilities necessary to perform the work and be ISO 17025 certified.
The Contractor is expected to complete these tasks within 18 months of the award. We anticipate delivery of samples within two monthsafter the award. This may provide the contractor time to access validated methods and methods that need to be validated.
Attachments/Links
Contact Information
Contracting Office Address
- 4041 Powder Mill Road 4th Floor
- Beltsville , MD 20705
- USA
Primary Point of Contact
- Pamela T Lee
- Pamela.Lee@fda.hhs.gov
- Phone Number 240-402-3847
Secondary Point of Contact
History
- May 20, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 28, 2022 01:34 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 07, 2022 02:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 11, 2022 01:22 pm ESTCombined Synopsis/Solicitation (Original)