Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

R -- Professional, Administrative, and Management Support Services

Notice Date
7/3/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI7114
 
Response Due
7/18/2007
 
Archive Date
8/2/2007
 
Description
This is a combined synopsis/solicitation notice of intent for 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; quotations are not being requested and a written solicitation will not be issued for the solicitation number NOI7114 issued as a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business concern. The associated North American Industry Classification System (NAICS) Code 561990, which has a size standard of 6.5. The National Institute of Allergy and Infectious Diseases (NIAID) intends to award sole source procurement to Department of Microbiology and Instituto de Ciencias Neurologicas, Universidad Peruana Cayetano Heredia, Lima Peru. This protocol is designed to research the effects of possible treatment of neurocysticercosis. The objective is to determine if an enhanced treatment regimen of corticosteroids is more effective in controlling seizures in patients with intraparenchymal cysticercosis who receive antiparasitic treatment. The goal of this is to 1) compare the cumulative frequency of seizures (partial and generalized) on study days 90 and 360 in patients treated with these regimens, 2) compare the proportion of patients free of viable cysts on study day 180 and 360 in patients treated with these regimens, 3) compare the proportion of persistent viable cysts on study day 180 and 360 in patients treated with these regimens, and 4) compare the safety of these regimens in these patients. The work is to be performed in Peru to understand the pathophysiology of disease in neurocysticercosis. This is work for a clinical trial study that is an open-label randomized study designed to compare the effectiveness of a short compared to a longer course of corticosteroids employed to suppress antihelminthic treatment induced seizures in neurocysticercosis. Eligible adults with one or more viable intraparenchymal cysts and a history of seizures within the past 6 months are randomized to one of two groups. The first group (Arm 1) is randomized to receive a 14-day course of albendazole and 6 mg dexamethasone for ten days, the same regimen of corticosteroids employed in the above mentioned published trial. The second group (Arm 2) is randomized to receive the same course of albendazole (15 mg/kg albendazole in two divided doses, max 1200 mg day) but enhanced dexamethasone dosing consisting of 4 weeks of 8 mg/day dexamethasone followed by a two week taper. At study day 42, 3 months and 1 year the number of generalized and partial seizures, the proportion of patients with seizures and side effects will be compared between the two arms. The period of performance will be from the date of award to July 27, 2008. The proposed contract is for services and related supplies for which the Government intends to solicit and procure with only one source under authority of FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. 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. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Ms. Tonia Alexander at (301) 496-2607. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) July 18, 2007 to Tonia Alexander. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE52C/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. In order to be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). 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: Peru (for NIH,Bethesda, MD 20892)
Country: PERU
 
Record
SN01333698-W 20070705/070703220426 (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  © 1994-2020, Loren Data Corp.