Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

R -- Professional Support Services

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI6065
 
Response Due
7/27/2006
 
Archive Date
8/11/2006
 
Description
This is a notice of intent for the procurement of commercial items 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 not being requested for the solicitation number NOI6065. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code 561990, which has a business size standard of $6.5M. The National Institute of Allergy and Infectious Diseases intends to award a sole-source procurement to Department of Microbiology and Instituto de Ciencias Neurologicas, Universidad Peruana Cayetano Heredia, Lima, Peru. This is a protocol designed to research the effects and possible treatment of neurocysticercosis. The objective is to develop a program to serve as the basis for rational approaches to treatment. Work is to be performed in Peru to understand the pathophysiology of disease in neurocysticercosis. The goal of this program at GPS and HIS/LPD is to understand the nature of the immune responses in acute and chronic cysticercosis, and to identify methods and chemotherapeutic agents to limit harmful inflammatory responses due to the natural course of the disease or following anthelmintic treatment. The intent is also to perform studies in pigs and humans and in vitro with collaborators in Lima, Peru. These experiments aim to answer questions regarding pathogenetic mechanisms; attempt to determine the most effectiveness of treatments; and to gain a better understanding of the immune response of the host. Planned studies in Peru include: 1) Serial immunological studies of patients with neurocysticercosis. Immunological profiles of cells in peripheral blood and CSF, where possible, at presentation, treatment and post treatment. These profiles will be correlated with the clinical picture, radiological analysis and peripheral and/or CSF cysticercosis antigen levels. 2) Similar analysis of patients with calcific neurocysticercosis with and without perilesional edema. 3) Serial immunological and immunohistological evaluations of T. solium infected pigs before, during and after treatment. Analysis of the use of immunosuppressive agents on treatment efficacy and the course of disease. 4) In vitro analysis of the effects of immunosuppressive, antiseizure medications, various combinations of anthelmintcs on T. solium cysts. These studies are designed to determine the immunological profiles during the course of the natural disease and following treatment in humans and pigs and to determine the usefulness of prospective immunosuppressive drugs and regiments in vivo. The period of performance will be from the date of award to March 31, 2007. The proposed contract is for services and related supplies for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. See Numbered Note 22. The government will award a fixed price purchase order to the responsible contractor. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Copies of the aforementioned clauses are available upon request by telephone to Ms. Tonia Alexander at (301) 496-2607. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications in accordance with FAR 4.1201(a). This document can be accessed by internet at http://orca.bpn.gov/ and must be included with the offeror's proposal which should be submitted no later than 5:00 PM Eastern Daylight Time (EDT) on July 27, 2006 to Tonia Alexander. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE62C/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
 
Place of Performance
Address: Contractors Facilities
Country: PERU
 
Record
SN01087150-W 20060714/060712220405 (fbodaily.com)
 
Source
FedBizOpps 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.