Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

B -- Measurement of Biochemical Clinical Markers

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-05-10579
 
Response Due
7/29/2005
 
Archive Date
8/28/2005
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN 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 is PR-NC-05-10579, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $10.0 million to qualify as a small business, is applicable. A firm, fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for the clinical analysis of a maximum quantity of 1000 samples per year. The contractor shall perform analyses on a minimum of 50 samples/year for a single or multiple analyses within each sample, as described in the following paragraphs. The Government may exercise its unilateral right to request additional sample analyses be performed up to the maximum quantity of 1000 per year. The period of performance will be three years from date of award. The contractor shall measure standard clinical biomarkers found in blood plasma or serum. A list of frequently assayed biomarkers that will be required is shown in the Statement of Work at the EPA Procurement Website: http://www.epa.gov/oam/rtp_cmd. However, this list is not inclusive since research needs may change over time. Therefore, additional standard biomarkers may be added as needed. Samples will be either fresh or frozen plasma/serum, depending on the biomarker. The plasma or serum samples may be of rodent or human origin. Some of the immunoassays designed for humans may only be requested for rat or mouse samples unless there is adequate cross reactivity. The Contractor shall perform the work as follows: 1. A request for sample pick up will be made by telephone call from a Principal Investigator. Contractor must pick up samples from the EPA facility in Research Triangle Park and Chapel Hill on the day the samples are ready. The EPA will provide a minimum of 24 hr notice that samples need to be picked up by a specified date. Samples will be in an appropriate storage container containing either dry ice or ice, depending on the specification for sample storage. 2. The contractor shall perform all procedures using appropriate quality control and standards to assure integrity and consistency of provided services. 3. Measurement units shall be clearly identified. 4. Measurements shall be performed within 24 hours of receipt of fresh samples and within 48 hours of receipt of frozen samples. 5. Reference values and/or standard curve should be provided with original printout for each assay and batch of samples. The samples values for controls should be similar every time although the samples are processed in more than one batch. QA/QC report shall be provided with the data. Data obtained by the contractor shall be similar to that observed in the literature. 6. Documentation of analytical results shall be provided to the Project Officer within one week after receipt of samples. Included in this documentation shall be a summary description of the analysis procedure, the results of the analyses, and the results of quality control measure. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation--Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: A. TECHNICAL CRITERIA: 1.) Experience performing clinical analysis consistent with the statement of work; 2.) Adequacy of QA/QC protocols; 3.) Provide a brief explanation of techniques used, with references; 4.) Demonstrate previous experience providing full consultation regarding the techniques used and data; 5.) Demonstrate ability to provide timely services to meet the deadlines for the project. B. PAST PERFORMANCE: Submit a list of 3 customers for whom like or similar analysis have been performed. Include specific points of contact and phone numbers. Past performance will be evaluated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. C. PRICE: Price will be evaluated inclusive of optional quantities. Award will be made to the responsible offeror whose offer is determined the best value to the government, price and other factors considered. Technical criteria and past performance, when combined, are significantly more important than price. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items and the following additional FAR clauses which are cited in Clause 52.212-5: 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires. Any applicable wage determination(s) will be made a part of the resultant contract. All technical questions are to be forwarded via email to the Contracting Officer at the following email address: hill.jennifer@epa.gov. Offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Scroll down to the REQUEST FOR QUOTATION section and click on the solicitation for viewing applicable documents. Below that section COMMERCIAL BUY CLAUSES AND FORMS are provided for your convenience. Please submit two copies of the technical proposal and price proposal to Jennifer B. Hill, Contracting Officer, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711 if using the US Postal Service. Courier delivery address is U.S. Environmental Protection Agency, Attn: Jennifer B. Hill, RTP Procurement Operations Division (D143-01), 4930 Page Road, Durham, NC 27703. All offers are due by July 29, 2005, 12:00 p.m., ET. No telephonic or faxed requests will be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00847691-W 20050716/050714212802 (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  © 1994-2020, Loren Data Corp.