Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2005 FBO #1294
SOLICITATION NOTICE

B -- Special Studies & Anaylsis - not R&D

Notice Date
6/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
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, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI5077
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Description
The National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID) intends to negotiate on a sole source basis, with Ani Lytics, Inc for the analysis of clinical tests from on-going clinical trials. This Notice Of Intent is being issued as NOI5077. The statutory authority for this acquisition is FAR 13.501 and award is anticipated to be made under a Firm Fixed Price purchase order. The acquisition documents and incorporated provisions and classes are those in Federal Acquisition Circular 2005-03. This acquisition will be processed under the North American Industry Classification Systems (NAICS) code for this acquisition is 541380 and the business size standard is $6 million. The period of performance of this contract will be from July 01, 2005 through June 30, 2006. NIAID studies the etiology, pathogenesis and prevention of viral hepatitis and other diseases. Current research efforts include elucidation of the molecular virology of hepatitis A and the development of a live-attenuated hepatitis A vaccine, delineation of the genetic heterogeneity of hepatitis C virus and characterization of the immune response to it, the diagnosis and prevention of hepatitis E, and the molecular and biological characterization of newly discovered hepatitis C-like viruses of humans and primates. These activities require the inoculation of animals, principally nonhuman primates, with clinical materials and the study of the resulting response of the animals. This requires testing animals for physiological, immunological and biochemical changes over time. A critical part of this analysis is testing serum liver enzyme levels, bilirubin levels, other clinical chemistry values and hematologic changes. The tests to be performed are Isocitrate Dehydrogenase (ICD), Amino Aline Transferase (ALT) and Gamma Glutamine Tranferase. These tests are non-routine analyses established exclusively at Ani Lytics, Inc. expressly for this study. Since Ani Lytics has extensively performed this test for NIAID in the past they must continue to provide the testing in order to compare data analyses and maintain consistency in the results. FAR 6.302-1 only one responsible source and no other supplies or services will satisfy agency requirements because the NIAID has used this company for extensive testing for many years and it is very important that the data obtained in the future can be compared with data obtained in the past. This can be assured only by continuing to employ Ani Lytics, Inc. for the testing, since each testing facility has its own methods for performing tests, its own standards and its own quality control, and these vary, sometimes markedly, among the different facilities. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This is not a request for competitive quotations. However, if any interested party believes it can perform the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other furnished information must be in writing and must contain material insufficient detail to allow NIAID to determine if the party can perform this requirement. The FAR provisions and clauses that apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. Capability statements must be received by mail by 5:00 PM Eastern Daylight Saving Time June 20, 2005. 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 acknowledge 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 resulting from solicitation [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. For delivery through the postal service the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE62E, Room 2NE62C, MSC/4811, Bethesda, Maryland 20817-4811. If you have any questions they must be submitted in writing to Juareatha Greer Purchasing Agent, at jgreer@mail.nih.gov or by fax 301-480-3695. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Solicitation number must be cited on all correspondence, NOI-5077.
 
Place of Performance
Address: Contractor's site
Zip Code: 20877
 
Record
SN00827387-W 20050612/050612190243 (fbodaily.com)
 
Source
FedBizOpps.gov 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.