Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

R -- Lab Support

Notice Date
7/6/2020 7:40:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(AG)-SBSS-75N95020Q00149
 
Response Due
7/17/2020 9:00:00 AM
 
Archive Date
08/01/2020
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Description
HHS-NIH-NIDA-(AG)-SOL-75N95020Q00149 INTRODUCTION 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 acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, and FAR Part 12--Acquisition of Commercial Items. �������������������� The solicitation number is HHS-NIH-NIDA-(AG)-SOL-75N95020Q00149 and the solicitation is issued as a COMBINED SYNOPSIS/SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to University of Texas Health Science of Houston, 7000 Fannin St Houston, TX, 77030-5400. � ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is not expected to exceed the simplified acquisition threshold.� Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide a service contract for the Cerebral time and space dimensions of hypertension. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated June 5, 2020. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. � NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 541990 All Other Professional, Scientific and Technical Services, size standard $16.5 dollars. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.� PURPOSE AND OBJECTIVES Currently, NIA has a need to develop, analyze and interpret algorithms to identify change in spatial patterns and small vessel disease in serial scans from a hypertension cohort to understand the underlying hypertension-related changes in brain structure, pathology, and physiology. Attachments: Attachment 1 - Statement of Work Attachment 2 - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2020) Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 ANTICPATED PERIOD OF PERFORMANCE: The anticipated period of performance of this firm fixed price contract will be for 24 months. REPORTING REQUIREMENTS On an as needed basis the contractor should report in a timely manner, any arising obstacles to completing the work by the contract deadline. This synopsis is not a request for competitive proposals. �However, interested parties may identify their interest and capability to respond to this notice.� 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.�� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The following FAR provisions shall apply to this solicitation: 52.204-7 System for Award Management (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.212-1, Instructions to Offerors--Commercial Items (Jun 2020), 52.212-2, Evaluation--Commercial Items (Oct 2014). Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2020), with their offer. The following clauses shall apply to this solicitation: �2.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016), 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2020) In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."" All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by July 17, 2020 at 12:00 pm, Eastern Daylight Time (EDT) and must reference solicitation number HHS-NIH-NIDA-(AG)-SOL-75N95020Q00149.� Responses may be submitted electronically to amcgee@mail.nih.gov.� For information regarding this solicitation, contact Andrea Clay by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba765ef1a6a44231a9e52b9325743cf6/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05711922-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.