Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

B -- Special Studies and Analyses

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2004-126
 
Response Due
8/27/2004
 
Archive Date
9/11/2004
 
Point of Contact
Cecilia Morales, Contract Specialist, Phone (301) 435-0366, Fax (301) 480-3345,
 
E-Mail Address
cm71f@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number NHLBI-PS-2004-126, is issued as a request for quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2001-21. The acquisition is being conducted under simplified acquisition procedures. The North American Industry Classification System (NAICS) applicable to this requirement is 541710, Size Standard 500 employees. This is a total small business set-aside. The Government seeks a contractor to provide DNA Services on genotyping for sixty (60) samples from family members with pulmonary fibrosis, to scan, map, assess and identify heritability chromosomal regions showing evidence of linkage to individuals with genetic pulmonary fibrosis disorders. The micro-satellite markers must allow to map average marker densities of 2cM. Customized software for interpretation of the markers density must be provided by the contractor. DNA will be marked with probes in 2000 previously identified regions. The genotyping results will be reported as allele sizes of the polymorphic markers in nucleotides as well as normalized allele values determined relative to the allele sizes. The data will be presented in a tab-delimited file format. Technical specifications and methodologies to be used: DNA dilution, setting up, running and pooling or PCR reactions, and fragment analysis by capillary electrophoresis. The Government will provide 60 high-quality DNA samples, appropriate as to quantity, quality and form for genotyping; all relevant records, data and information regarding the supplied sample or samples necessary to facilitate shipment. Inspection and acceptance will be performed by an authorized Government representative. The Government will review the genotyping result file, a pedigree file, a marker map file, a chromosome file, and an inheritance error report. These files should be ready to be entered into an analysis software package. Unused DNA should be returned to the Government. Interpretations and turnaround time must be within thirty (30) calendar days from the time the samples were delivered to the contractor. Delivery and acceptance will be in Bethesda, Maryland at F.O.B. Point Destination. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and statement regarding any addenda to the provision. The provisions of FAR Clause 52.212-2 Evaluation - Commercial Items is applicable to this acquisition. Award will be made to the lowest priced offeror, providing favorable past performance documentation meeting the Government?s specifications of this requirement. The Offerors shall submit with the request for quotation, a list of the last three (3) contracts completed during the past three (3) years and the last three (3) contracts awarded currently in process that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Offerors that are newly formed entitites without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract or subcontract: Name of contracting Organization; Contract Number (for subcontracts, provide the prime contract number and the subcontract number); Contract Type; Total Contract Value; Description of Requirement; Contracting Officer?s Name and Telephone Number; Program Manager?s Name and Telephone Number; Standard Industrial Code / North American Industry Classification Code. The offeror may provide information on problems encountered on the identified contracts and the offeror?s corrective actions. Each offeror will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror?s past performance. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there and there are no additional clauses applicable to this requirement. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition and there are no additional clauses applicable to this acquisition. (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38) U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). The Government intends to evaluate quotes and award a contract without discussions. Therefore, the initial quote should contain the offeror?s best terms from a technical and price standpoint. The quote is due not later than August 25, 2004, at 3:00 p.m. Interested vendors capable of meeting this requirement should submit one (1) copy of their quote, the completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, and the three (3) performance references electronically to moralesc@nhlbi.nih.gov or in print copy to the attention of Cecilia Morales, National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Rockledge Building2, Suite 6149, Bethesda, Maryland 20892-7902
 
Record
SN00642297-W 20040814/040812211820 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.