Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

Q -- Mutation Analysis Laboratory Services - Package #1 - Package #2 - Package #3

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
11-000872
 
Archive Date
3/2/2011
 
Point of Contact
Malinda Dehner, Phone: 301-594-6320, Barbara Taylor, Phone: 301-594-5915
 
E-Mail Address
dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov
(dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NIH Security Provisions Statement of Work/Evaluation Criteria Schedule of tests III Schedule of tests II Schedule of tests I This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. This is a not a small business set aside. It is the intent of the Government to issue multiple awards. The contract type is fixed price, based upon fixed prices for each test. NAICS 621511, size 13.5M. The solicitation number is 11-000872 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The Clinical Center has a requirement for genetic/mutation testing. Offerors are referred to the attached Statement of Work for requirements. The period of performance is for a one year (12 month) base period. All tests will be requested from the Clinical Center in Bethesda, Maryland. Interested parties who meet the requirements are invited to submit a proposal, including statements of how the proposal will meet the Government requirements. All information furnished shall be legible, typed and must contain sufficient detail to allow the government to evaluate and determine best value, see Evaluation/Award Criteria-SOW. Technical and past performance combined will be significantly more important than cost or price. Please submit the technical and cost proposals separately, clearly labeled. Offerors are requested to complete one or more of the attached tables, listing the tests and proposed cost. Offerors must clearly specify the list of test(s)/schedule(s) for which they are submitting an offer. Three lists of tests are attached and labeled accordingly: 1. Mutation Analysis Schedule I. 2. Mutation Analysis Schedule II. 3. Mutation Analysis Schedule III. At a minimum, the offeror is required to propose pricing on >=80% of the tests listed on each of the individual lists. The solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS, FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS. Specific evaluation criteria are listed within the statement of work, titled Evaluation/Award Criteria. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-with duns number addendum. Or, the offeror may provide documentation that the vendor is current and registered in Online Representations and Certifications Application (ORCA) on www.bpn.gov. In addition, the resulting contract will incorporate the requirements of the clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items-deviation for simplified acquisitions. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF VIETNAM ERA; FAR 52.232-18 AVAILABILITY OF FUNDS, applies to this requirement. All inquiries regarding this solicitation must be submitted in writing to dehnerm@cc.nih.gov by February 08, 2011, 12:00PM. All questions and responses will be posted via the fedbizopps within 3 business days of the original inquiry. Offers and related materials must be received in this office by 3:00 p.m. EST on February 15, 2011. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Malinda Dehner at the address listed in this notice, or dehnerm@cc.nih.gov. Please reference the solicitation number, 11-000872 on your offer. Performance will be accomplished at NIH, Bethesda, MD. All expenses incurred as a result of this solicitation, is the absolute responsibility of the offeror. Attachments 1) Table of Tests-Mutation Analysis Schedule I 2) Table of Tests-Mutation Analysis Schedule II 3) Table of Tests-Mutation Analysis Schedule III 4) Statement of Work 5) NIH IT Security Provisions and Terms and Conditions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/11-000872/listing.html)
 
Place of Performance
Address: National Institutes of Health, Clinical Center, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02365686-W 20110127/110125234108-f0a9820b2293d3a0c39b563bef996bbd (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.