Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

Q -- Mutation Mapping

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
Reference-Number-000HCRP9-2006-35208
 
Response Due
8/15/2006
 
Archive Date
8/15/2006
 
Point of Contact
Philippa Butts, Contracts Specialist, Phone 7704882684, Fax 7704882847, - Richard Elder, Contract Specialist, Phone (770)488-2654, Fax (770)488-2670,
 
E-Mail Address
ezo2@cdc.gov, RElder@CDC.GOV
 
Description
The Centers for Disease Control and Prevention intends to award, on a sole source basis, a purchase order to NimbleGen Systems, Inc. CDC believes that the requirements are met by only one source, NimbleGen Systems, Inc., however, firms that believe they can provide the required services are encouraged to identify themselves and give written notification to the Contracting Officer within ten (10) calendar days from publication date of the synopsis. A determination by the Government not to compete this proposed action based on 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. Descriptions of the requirements are: (1) Mutation mapping, #MMSERV: Mutation Mapping, per mega base up to 20 strains - twenty each; (2) Special Handling Charge – one each. This is an all or none requirement. This is not a set-aside. This announcement constitutes the only solicitation; Offerors are being requested and a written solicitation will not be issued. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations and the Centers for Disease Control and Prevention Regulations. The proposal shall include itemized pricing, prompt payment terms, the F.O.B. Point (Destination or Origin as applicable), Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs), and description of the service proposed. The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006). Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -Commercial Items (JUN 2006). The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2005) is applicable. FAR provision 52.214-34, Submission of Offers in the English Language (APR 1991); FAR provision 52.214-35, Submission of Offers in U. S. Currency (APR 1991); FAR clause 52.249-2, Termination for Convenience of the Government (Fixed-Price)(MAY 2004) and FAR clause 52.249-8, Default (Fixed-Price Supply and Service)(APR 1984). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2006) applies to this acquisition. The following FAR clauses cited within FAR clause 52.212-5 are applicable: FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.225-1, Buy American Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-29, Terms for Financing of Purchases of Commercial Item; FAR 52.232-36, Payment by Third Party; FAR 52.222-41, Service Contract Act of 1965 and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following Centers for Disease Control and Prevention clauses are applicable to this acquisition: CDCA.C001, Statement of Work; CDC0.E001, Inspection and Acceptance; CDCA.F001, Deliverable(s) Schedule; CDCA.F005, Period of Performance; CDCA-F008, Place of Delivery; CDC0.G008, Project Officer; CDC0.G018, Payment by Electronic Funds Transfer; CDCA.G026, Evaluation of Contractor Performance (Service); CDCP.G003, Payments; CDCP.G009, Contracting Officer; CDCP.G010, Contract Communications/Correspondence and CDC0.H019, Security Clearance Requirements. The Offeror shall cite Reference Number 000HCRP9-2006-35208. The NAICS Code is 541710. NOTE: The Offeror must have an active registration with the Central Contractor Registration (www.ccr.gov) prior to award of the purchase order in accordance with FAR Clause 52.204-7. This requirement will be procured under the terms and conditions set forth in the Federal Acquisition Regulations (FAR) for Commercial Items, FAR Subpart 12. Inquiries may be sent to Philippa Butts by FAX at 770-488-2847 or by email at PButts@cdc.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/CDCP/PGOA/Reference-Number-000HCRP9-2006-35208/listing.html)
 
Place of Performance
Address: Atlanta, GA
Zip Code: 30333
Country: UNITED STATES
 
Record
SN01107602-F 20060806/060804230749 (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.