Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

B -- Viral Families Assays

Notice Date
6/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
10-223-SOL-00235
 
Archive Date
7/17/2010
 
Point of Contact
Jacqueline L Warren, Phone: 718-662-5463
 
E-Mail Address
jacqueline.warren@fda.hhs.gov
(jacqueline.warren@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 12 & 13 of Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the FDA is requesting quotes and will not issue a written solicitation. The solicitation number is 10-223-SOL-00235. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, June 16, 2010. The associated North American Industry Classification System (NAICS) Code is 541690, and the Small Business Size Standard is $7 Million. Required Services: The Food and Drug Administration is soliciting for services to have samples analyzed using the IBIS T5000 Technology. The services must meet the following requirements: Statement of Need The contractor shall provide services to screen samples using unique IBIS T5000 technology, for use in cell substrate project. Broad virus detection assays are needed to evaluate chemical induction of novel viruses from vaccine cell substrates. Cell substrate research has become a critical issue in vaccine research and regulation. The contractor shall provide services using IBIS T5000 Technology, which integrates long range PCR with mass spectrometry allowing for detection of a broad variety of viruses. Statement of Work (SOW): Part I: Work Requirements A.Technical Requirements •Extraction of Nucleic acids from cell pellets we provide. (qty 2) •Screening of samples using the IBIS T5000 technology, which utilizes PCR with electrospray ionization mass spectrometry. (qty 40) •Development of customized viral assays for identification and quantification of a broad set of viral pathogens. •Culture method(s) shall not be used to identify microorganism(s) •Results for each sample set provided within 2 weeks. •Scientific Consultant available to discuss results/findings within regular business hours. B. Deliverables Contractor shall provide detailed findings and relevant information in report form via email. Part II: Supporting Information A. Security: N/A B. Place of Performance: Work shall be performed at the contractors’ facility. C. Period of Performance: Estimated 7/2010 – 7/2011 D. Special Considerations: FDA end user shall provide samples in the form of cell pellets. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration Contract Type: Commercial Item – Firm fixed price. Simplified procurement procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation – Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. Past performance will be evaluated based on information provided by the offeror as to actual performance to industry or government agencies. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, applies to this acquisition. An Offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-28, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.222-41, 52.222-42. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The clause at FAR 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Items). The clause at FAR 52.204-7, Central Contractor Registration, applies to this solicitation. CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following HHSAR provisions and/or clauses apply: 352.270-6 (Publications and Publicity) the clause can be obtained at http://www.hhs.gov/oamp/polices/hssar.doc The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due either in person, by fax, or as a PDF attachment via e-mail on or before July 2, 2010 by 12:00 noon (Eastern Standard Time-Local Prevailing Time in Jamaica, NY), at Food and Drug Administration, OC/OSS/OAGS, Attn: Jacqueline L. Warren, 158-15 Liberty Avenue, Jamaica, New York 11433-1034. For information regarding this solicitation, please contact Jacqueline L. Warren at (718) 662-5463, FAX (718) 662-5424, email: jacqueline.warren@fda.hhs.gov Point of Contact(s): Jacqueline L. Warren, Contract Specialist, Phone (718) 662-5463, Fax (718) 662-5424, Email jacqueline.warren@fda.hhs.gov Contracting Office Address: Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 158-15 Liberty Avenue, Jamaica, New York 11433-1034
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/10-223-SOL-00235/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02188282-W 20100627/100625234603-6a0e17997a242d160812e7cd10eb8a97 (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.