Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

Q -- Analysis for Vitamin D, Osteocalcin, CTx and Parathyroid Hormone using one sample of Serum for BHNRC/FSRG

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
17-3K47-05
 
Response Due
9/26/2005
 
Archive Date
10/11/2005
 
Point of Contact
Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009,
 
E-Mail Address
wesleym@ba.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The solicitation number 17-3K47-05, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-02. USDA, ARS, BARC has an requirement for analyzing blood serum samples for Vitamin D metabolite 25 (OH)D, osteocalcin, parathyroid hormone PTH, CTx and for analyzing urine samples for Ntx. The minimum requirements are as follows: 1. Analyze Blood Samples for: Vitamin D metabolite 25 (OH)D. 2. Analyze Blood Serum for Osteocalcin Parathyroid hormone PTH CTx.. 3. Analyze urine samples for: Ntx. The parathyroid hormone must be performed using one sample of serum. For the vitamin D metabolite, the only acceptable method of analysis is LC-MS-MS (or liquid chromatgprahy with tandom mass spectroscopy detection). Because of limited samples, analysis for all analytes must be done in one laboratory since there are insufficient samples to send one sample of each to multiple labs). Adequate vitamin D concentrations in the blood are necessary to assure maximal calcium absorption and are a critical component in evaluating nutritional status and overall bone health. USDA will supply the quantities to be analyzed. The total quantity is 580 serum samples. All of the above items will be awarded pending the availability of funds for Fiscal Year 2005 pursuant to FAR Subpart 6.3. The NAICS Code is 62151 with a small business standard of 11.5 million. The Government intends to award on a sole source basis to Boston University School of Medicine, 715 Alany Street, M-1013, Boston, MA 02118-2394. 1-617-638-4545. Inside delivery is required FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland, 20705-2350. Inspection and Acceptance will be performed at Building 329 BARC-East Beltsville, Maryland. The period of performance is 90 days from the award date. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation Commercial Items. Award to a technically acceptable offeror, at a fair and reasonable price; The following factors shall be used to evaluate offers in order of importance: 1. Price 2. Technical capability of the item and 3. Past performance . FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225.1, 52.225-3, 52.225-4, 52.225-13, and 52.232-34. 52.222-38 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS. (a) The offeror represents that if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ],has not [ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An offeror who checks has not may not be awarded a contract until the required report is filed. The following two clauses apply to CCR Database Registration: 52.204-7 Central Contractor Registration, Alternate 1, 52-232-33 Payment by Electronic Funds Transfer CCR. readily available location).? Please Note: Upon award, the contractor must be registered in the Central Contractor Database System. The contractor’s DUN’S number will be used to verify registration in the Database system. Furthermore, all offerors must include a completed copy of FAR 52.212-3 (Representations and Certifications) and 52.222-38 (Compliance with Veterans Employment Reporting Requirements) with their response. A hard copy of your Certifications and Representations filed online through ORCA are required with your quotation. Fax quotations are acceptable (301) 504-5009. Quotes may be hand delivered or mailed to the Contracting Address. All quotes whether faxed, mailed or hand carried are due on September 26, 2005 by 12:30 p.m. (EST). All responsible sources may submit a quotation, which will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. It’s the contractor’s job to check the Internet site for any posted changes to the solicitation. A firm fixed price contract will be awarded to the responsible firm with a quote that’s most advantageous to the government considering price and price-related factors. The anticipated award date is September 27, 2005. AMENDMENT 01: THE PERIOD OF PERFORMANCE HAS BEEN AMENDED FROM 90 DAYS TO 180 DAYS. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/PaCS/17-3K47-05/listing.html)
 
Place of Performance
Address: USDA,BA, ARS BHNRC-FSRG BLDG. 005 Room 102 BARC-WEST 10300 BALTIMORE AVENUE BELTSVILLE, MARYLAND 20705-2350.
Zip Code: 20705-2350
Country: USA
 
Record
SN00894540-F 20050915/050913213741 (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.