Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

Q -- Continued Services and Resources for the NIDA IRP Clinical Research Program

Notice Date
12/3/2013
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-14-010
 
Archive Date
12/27/2013
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a contract to Johns Hopkins Bayview Medical Center for NIDA Intramural Research Program (IRP) Clinical Research Program support without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990 with a Size Standard of $14 Million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05- 70 dated September 30, 2013. This acquisition is conducted under the procedures as prescribed in FAR subpart 12-Acquisition of Commercial Items and FAR subpart 15-Contracting by Negotiation at an amount exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). DESCRIPTION OF REQUIREMENT Background The mission of the Intramural Research Program (IRP) of the NIDA is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. Purpose and Objectives The NIDA requires continued assistance in the ongoing operations of its clinical care support services and provision of resources necessary to maintain the research operation of the NIDA IRP Clinical Research Program. Period of Performance The anticipated period of performance is December 13, 2013 through May 12, 2014. A cost reimbursement contract is contemplated. Project Description The requirement consists of continued Clinical Research Program support services and resources necessary to maintain the research program as follows: 1. Infrastructure 2. Medical Consultation 3. Diagnostic Laboratory and Other Testing Services 4. Nursing Services 5. Domiciliary Oversight and Care 6. Research Administration 7. Transportation and Supplies 8. Pharmacy Support CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, this is a follow-on requirement and the intended contract award will serve to continue current services while the Clinical Research Program Support requirement is re-competed. There are no other vendors in the current marketplace who can provide the level of support presently being performed by the incumbent contractor in this interim period. The incumbent contractor, Johns Hopkins Bayview Medical Center, has been providing these services since 2008. The required support is mission critical and must not lapse during the clinical research program support re-competition. It is anticipated that the new competition will be conducted on a full and open competitive basis. An award is anticipated prior to May 12, 2014. The intended source is: Johns Hopkins Bayview Medical Center 4940 Eastern Avenue Baltimore, MD 21224-2780 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by December 12, 2013 at 8:00 AM EST and must reference number HHS-NIH-NIDA-SSSA-PSOL-14-010. Responses may be submitted electronically to lauren.phelps@nih.gov or by U.S. mail to the National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions Branch (CSS/SA) 31 Center Drive, Room 1B59, Bethesda, MD 20892 Attention: Lauren Phelps. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-14-010/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03244737-W 20131205/131203234406-68ae990f88d6b4b1d33f8ec563fbccaa (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.