Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

R -- Professional, Administrative, Management Support Services

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI7075
 
Response Due
4/2/2007
 
Archive Date
4/17/2007
 
Description
This is a combined synopsis/solicitation notice of intent 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; quotations are not being requested and a written solicitation will not be issued for the solicitation number NOI7075 issued as a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business concern. The associated North American Industry Classification System (NAICS) Code 561990, which has a size standard of 6.5. The National Institute of Allergy and Infectious Diseases (NIAID) intends to award sole source procurement to YRG Centre for Aids Research and Education in Chennai, India. This is a protocol designed to research of HIV viral load measurements and CD4 determinations as part of a joint clinical study approved by the NIAID Institutional Review Board as well as two IRBs in Chennai, India. There are two (2) Federal Wide Assurances (FWA) have been completed and filed with the Office of Protection from Research Risk (FWA?s numbers FWA 00000672 and FWA00005104). This study will be based at the YRG Centre for AIDS Research and Education, with 100 consecutive patients will be studied longitudinally for two years with required regular estimations of HIV viral loads, CD4 counts, and required study visits. Performance of study to be performed in Chennai, India for the following reasons: a) the government of India prohibits the export of HIV-infected plasma or serum samples for any purpose, and therefore, all laboratory testing, including measurement of HIV viral loads and CD4 counts will be done through the local laboratories used by the Centre, b) quality assurance at these laboratories has been verified by the YRG Centre, c) mechanisms for storage and transport of specimens to these laboratories are well-established and routine at the YRG Centre, and d) the laboratories at YRG Care are both CAP and CLIA certified. The funding for the Centre in the performance of HIV viral load measurements, CD4 counts, and support of the clinical trial, the first two being the primary outcome measurements of this study, will provide the following over a one (1) year period: 1) the study protocol calls for 6 viral load measurements per patient, 500-qty, 2) 4 measurements of CD4+ T-cell per patient, 600-qty, and 3) patient related expenses. These tests, the CD4 count and HIV viral load, will be the fundamental data collected and analyzed in this study. The data will be recorded in Case Report Forms, designed and provided by the NIH. The period of performance will be from the date of award to September 30, 2007. The proposed contract is for services and related supplies for which the Government intends to solicit and procure with only one source under authority of FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The government will award a fixed price purchase order to the responsible contractor. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; 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. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Ms. Tonia Alexander at (301) 496-2607. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) April 2, 2007 to Tonia Alexander. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE52C/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. In order to be considered for an award, 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 acknowledges 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, or blanket purchasing agreement resulting from this solicitation.
 
Place of Performance
Address: Chennai, India
Country: INDIA
 
Record
SN01252823-W 20070318/070316220422 (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.