Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

B -- Israeli-Palestinian management and research related to Microarray instrum

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
National Institutes of Health6707 Democracy BlvdTwo Democracy Plaza RM#779BethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHTW2008007
 
Response Due
9/18/2008
 
Archive Date
10/18/2008
 
Point of Contact
SAGNA, NYDIA N +1 301 402 1517, sagnan@mail.nih.gov<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHTW2008007 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-18. The North American Industry Classification (NAICS) Code is 541990 and the business size standard is $6.5 employees. However, this is not a set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), Fogarty International Center (FIC) intends to procure collaborative research and support to the identification of genes for human conditions to include hereditary hearing impairment in Palestinian populations. The contractor shall1)have the ability to aid FIC in establishing Israeli-Palestinian partnerships focused on the prevention of genetic disorders in local populations by way of:a.Management of Microarray instrumentation.which includes but is not limited to traveling among research sites in the Israeli-Palestine locality to:i.Installation of equipment for research and trainingidentify sites and personnelii.Training plan for Palestinian personnel in gene mapping techniques- who, where, specific techniques to be acquirediii.Convene scientific working group meetings to plan and develop research proposals iv.research proposals for pilot clinical research studies2)have access to and oversight of the Microarray instrumentation3)have demonstrated experience with managing collaborative Israeli-Palestinian research projects4)have access to an active scientific board of advisors5) have a successful track record of convening scientific working group meetings and facilitating research capacity6)have experience in facilitating continuity of Israeli-Palestinian collaborations in the face of challenging political situations, including genetic researchBasis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to equally evaluate offers: Technical Evaluation, Price, and Past Performance; NOTE: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar service was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and Program Managers Name and Telephone Number3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due ten (10) calendar days from the publication date of this synopsis on September 18, 2008. The quotation must reference Solicitation number NIHTW2008007. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 779, Bethesda, Maryland 20817, Attention: Patricia Haun. Faxed copies will not be accepted. In order to receive an award from the NIDDK, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=edb4382dc80d94b81a8216581e1d39c1&tab=core&_cview=1)
 
Record
SN01663838-W 20080911/080909220611-edb4382dc80d94b81a8216581e1d39c1 (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.