Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

B -- Protein Microarray Services

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ9147
 
Archive Date
9/25/2009
 
Point of Contact
Daniel Herdman, Phone: 301-402-6338, Sylvia Kate - Robinson, Phone: 301-496-2607
 
E-Mail Address
herdmand@niaid.nih.gov, srobinson@niaid.nih.gov
(herdmand@niaid.nih.gov, srobinson@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation Request for Quotes 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. The solicitation number RFQ9147 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC 05-36). This acquisition will be processed under Simplified Acquisition Procedures and is a Small Business Set-Aside. All responsible sources may submit a quotation that will be considered by the agency. The North American Industry Classification Code (NAICS) is 325413 and small business size standard is 500. The National Institutes of Health, National Institute of Allergy and Infectious Disease (NIH/NIAID) has a requirement to procure Protein Microarray services for Protein Microarray Chip Fabrication, Probing and Analysis for immunological research. Purpose and Objective: Clone 100 Var domain genes and fabricate protein array chips for measuring antibody reactions and analyzing antibody responses. The results will be used for the identification of Var gene domains that are associated with severe malaria: cerebral malaria, acidosis, anemia, and high parasitemia. The Government shall provide the vendor with 768 NIAID clinical serum samples and NIAID will review for acceptance all assay results as they become available. Contractor shall provide to the Government: (1) All necessary equipment and reagents ro perform cloning and protein array operations; (2) Clone 100 Var Domain genes, (3) Fabricate protein array chips of Var domain proteins, (4) Employ these protein array chips to perform probing and analysis assays with antibodies from 768 NIAID clinical serum samples (5) Deliver assay results in electronic and summary paper formats to NIAID. The following criteria will be used to evaluate the offers: a) Price; b) ability to meet the government needs and c) delivery. The FOB Destination, Rockville, Maryland 20852. The government will award a firm fixed price purchase order to the responsible contractor. Please note the FOB terms are " Destination," therefore any offer should include shipping costs as a part of the total contract price. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meets each of the Government's functional and performance minimum specifications listed herein. The Government will award a firm fixed price purchase order resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The solicitation incorporates the following FAR provisions and clauses: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors -Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offer Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. In order to be considered for an award, an 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 [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. Offers must be submitted no later than 3:00 P.M. Eastern Daylight Time on Thursday September 24, 2009. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC/4812 Bethesda, Maryland 20892-4812. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-402-2285, or e-mailed to herdmand@niaid.nih.gov It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Daniel Herdman at 301-402-6338. E-mail and fax submissions are not authorized. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ9147/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Institute of Allergy & Infectious Diseases, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01958670-W 20090919/090917235749-5918809948b9caae1367e0d8dfb2ef7c (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.