Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

68 -- RADIO-LABELED CHEMICAL/DRUG TRACERS

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00732
 
Archive Date
7/15/2008
 
Point of Contact
Regina R. Williams,, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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. This is a 100% small business set-aside. (ii) The solicitation number is FDA-SOL-08-00732. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, June 12, 2008. (iv) The associated North American Industry Classification System (NAICS) Code is 541711- Research and Development in Biotechnology, Small Business Size Standard is 500 Employees. (v) The Food and Drug Administration is soliciting for a contractor to provide Radio active –labeled tracers (Fluorine – 18) synthesized with the following chemicals: ● Fluorine - 18 Deoxyglucose ● Fluorine - 18 Annexin V ● Fluorine - 18 Caspase- 3 Inhibitor ● Fluorine - 18 Memantine The contractor must be licensed with the Nuclear Regulatory Commission, must be located within 50 mile radius to the National Center for Toxicological Research, Jefferson, Arkansas, and must commence tracer to on August 1, 2008 with a total of 104 drug tracers to be delivered thru July 31, 2009 for the base year, 104 drug tracers for option year one (1) and 57 drug tracers for option year two (2). Submit a proposal for the base year and two (2) option years. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (vi) Contract type: Commercial Item - Firm fixed price. Simplified Acquisition procedures will be utilized. (vii) FOB Point Destination. (Base year) Delivery shall be made within 12 months after receipt of order (ARO) to the National Center for Toxicological Research, 3900 NCTR, Road, Jefferson, AR 72079. (viii) The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. Evaluation of offers shall be based on the following factors: (1) Technical capability (2) Past Performance, and (3) Price. Technical capability and past performance, when combined are more important than price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the service offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror of the same or similar services provided to the industry or Government agencies. Offerors must include at least three recent or relevant contracts within the last 2 years, and identify a point of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal may result in your proposal being made non responsive. The Government is not responsible for locating or securing any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the service meets all technical requirements.The government reserves the right to make an award without discussions. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act-Supplies,” the offeror shall so state and shall list the country of origin. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6; 52.217-9; 52.219-6; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.222-50; 52.225-1; 52.225-3; 52.225-13 and 52.232-33. The following additional provision and/or clauses apply: 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The quotation must be submitted on form SF1449 which can be found at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. The proposal must reference solicitation number FDA-SOL-08-00732. The Offers are due in person, by mail or fax on or before June 30, 2008 by 1:00 p.m. (Central Time – Local Prevailing Time in Jefferson, Arkansas), at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov..
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0f04e03860ffd36656ad9d43dd6a3a9&tab=core&_cview=1)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01600244-W 20080626/080624220830-c0f04e03860ffd36656ad9d43dd6a3a9 (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.