Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

B -- Radiology Imaging & Sample Collection Services

Notice Date
6/3/2008
 
Notice Type
Presolicitation
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI8243
 
Archive Date
7/2/2008
 
Point of Contact
Arlene M. White,, Phone: 301-402-5735, John - Foley,, Phone: 301-402-2284
 
E-Mail Address
aw83k@nih.gov, jfoley@niaid.nih.gov
 
Small Business Set-Aside
N/A
 
Description
This is a modification to a combined/solicitation Notice of Intent Solicitation number NOI8243 for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation is being issued as a Notice of Intent on a sole source basis. This requirement is a sole source under FAR 6.302-4 International Agreement, where a contemplated acquisition is for services to be performed in a sovereign territory of another country (South Korea). This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-25). This acquisition will be processed under Simplified Acquisition Procedures. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure from International TB Research Center for Radiology Imaging and Sample Collection Services on a sole source basis for one (1) year plus two (2) optional years. We must maintain continuity of the Multi-Drug Resistant Mycobacterium Tuberculosis (MDR-TB) Study. The purpose of this requirement is focused on radiology imaging and sample collection and supplies in infectious disease. Scientific areas include all infectious diseases (e.g., HIV, TB, malaria, STDs, diarrhea diseases, respiratory diseases, and vector-borne diseases). The Contractor will provide the following (1) radiology services for study subjects, (2) sample collection for PK/PD analysis, (3) sample collection for lipid and bacterial products analysis, (4) and other related services as necessary. The Contractor will designate a principal investigator (CPI) and an alternate principle investigator (API) and notify the NIH/NIAID Project Officer of the contact information for these two individuals. All official deliverables will be submitted by the CPI or their designee. The contractor will provide test results to the clinical study team for entry into CRFs and databases on a monthly basis. Data entered into the databases will be considered as a portion of the regular deliverables and are not required to be delivered to NIH/NIAID a second time if the electronic exchange of data is functioning. Data not available in a NIAID-accessible database will be submitted electronically in a NIAID-compatible format with the primary deliverable or on paper with approval of the PO. Contractor will provide non-document deliverables. These non-document deliverables include but are not limited to blood, RNA, sputum, urine, bacterial strains, host tissues and other materials specified by NIH. The Contractor will ship these items to NIH/NIAID on a quarterly schedule or more frequently schedule. The contractor will monitored, and make all records available as needed for both monitors. The North American Industry Classification System (NIACS) Code for this acquisition is 541380, and the small-business size standard is $11.0 million dollars. This is a firm fixed-price contract and the FOB terms are “Destination” and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. 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 acknowledges the requirement that a prospective awardee will 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 [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Tuesday, June 17, 2008. For delivery of responses through the Postal Service, the address is NIH/NIAID/OA, 10401 Fernwood Drive, Suite 2NE70, Room 2NE38E, MSC/2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement will be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to whitear@niaid.nih.gov. It is the vendor’s responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Arlene White at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d425392f9bbb0d29aa21caadc654b41a&tab=core&_cview=1)
 
Place of Performance
Address: NIAID, National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01585739-W 20080605/080603220125-d425392f9bbb0d29aa21caadc654b41a (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.