SOLICITATION NOTICE
99 -- Clinical Tests
- Notice Date
- 2/29/2008
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NOI8213
- Response Due
- 3/20/2008
- Archive Date
- 4/4/2008
- Point of Contact
- Diane Jeffers, Purchasing Agent, Phone 301-402-2282, Fax 301-480-3695, - Lesley Williams, Procurement Analyst, Phone 301-402-6545, Fax 301-480-3695
- E-Mail Address
-
dj165c@nih.gov, williamsl@niaid.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation, to procure Clinical Test in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are not being requested and a written solicitation will not be issued. This procurement is being issued s a Notice of Intent (NOI8213) .This solicitation and its incorporated provisions and clauses are those in effect thought Federal Acquisition Circular FAC-23 January 25, 2008. This acquisition will be processed under Simplified Acquisition Procedure (SAP) and is a small business set-aside. The (NAICS) code for this acquisition is 541380 and the Small Business Size Standard is $11.0 in dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure Clinical test Profiles Services, preformed by Ani Lytics, Inc. The Hepatitis Viruses Section of NIAID; has used Ani Lytics Inc.; for extensive testing for many years. It is imperative that the data that is obtained in the future; can be compared with the data obtained in the past. We can accomplish this by continuing to use Ani Lytics, Inc. services. Since each testing facility has its own methods for performing its own test standards and quality control; these very sometimes markedly among the different facilities. We have found that this is particularly true; if the samples from animals are tested with procedures that have been standardized for humans. Ani Lytics Inc. has standardized its tests for the Species of Animal?s procedures in which HVS are studying. Furthermore, Good Laboratory Practices have approved Ani Lytics Inc. It is essential that the Hepatitis Viruses Section use such a facility, since the HVS needs to be able to perform Good Laboratory Practices-based studies when required. We must maintain the continuity between our previous and ongoing studies and must assure that the assays are optimized to meet all of these requirements. Ani Lytics Inc., performs chemistry and hematology on multi species exclusively in support of biomedical research. Other clinical chemistry laboratories do not accept specimens from non-human primates or other species. (1) Contractor shall provide their own supplies, computer equipment, space to work, etc. (2) Contractor will work with various members of the Laboratory of Infectious Diseases, (NIAID), on an as needed basis. Contractor shall communicate updates, both orally and in writing to the chief, Hepatitis Viruses Section of the Laboratory of Infectious Diseases, on a weekly basis. (3) Period of performance of one year (4) Invoices will be submitted on a weekly basis. (5)Contractor shall work independently with no direct supervision by any government employee. Laboratory of Infectious Diseases staff members will provide guidance in terms of technical needs and requirements of the contract. (5) The chief of Hepatitis Viruses Section of the Laboratory of Infectious Diseases, NIAID will review, inspect and approve all documentation to guarantee that this work is in line with the type of work needed for the Laboratory of Infectious Diseases, and is in line with the scope of work outlined. The FOB Point shall be destination, Bethesda, Maryland, 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors-Commercial items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations an Certifications-Commercial items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR 52.212.5 Contract Terms and Conditions Required to implement Status of Executive Orders-Commercial Items. 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. Copies of the aforementioned clause are available upon request by telephone to Mrs. Diane Jeffers at (301)-402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later 03/20/08, 5:00 PM Day Light Saving Time. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE70-F, Bethesda, Maryland 20817-4812. Electronic transmission is to be addressed to Mrs. Diane Jeffers at 301-402-6684. Collect calls will not be accepted.
- Place of Performance
- Address: National Institute of Allergy and Infectious Diseases, NIH, Bethesda, MD
- Zip Code: 20892
- Country: UNITED STATES
- Zip Code: 20892
- Record
- SN01520591-W 20080302/080229223804 (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 |