SOLICITATION NOTICE
B -- : High Resolution Computed Tomography Imaging of the Coronary Arteries and the Aorta - SOW
- Notice Date
- 7/29/2014
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SS-SA)-2014-PSOL-337
- Archive Date
- 8/23/2014
- Point of Contact
- Rodney E. Brooks, Phone: 3014020751
- E-Mail Address
-
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of work This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL-337 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to John Hopkins University, 733 N. Broadway, Baltimore, MD21224. This acquisition is conducted under the procedures as prescribed in FAR subpart 13.5-Test Program for Certain Commercial Items and FAR subpart 12-Acquisition of Commercial Items at an amount exceeding the simplified acquisition threshold ($150,000) and not exceeding $6.5 million. The associated is NAICS 541690 code. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-73, dated July 1, 2014. The National Institutes of Health, National Institute on Aging intends to procure on a sole source basis a service agreement for the High Resolution Computed Tomography Imaging of the coronary Arteries and the Aorta. The period of performance is 1 year from the date of award. The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. 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 Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by August 8, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL-337. Responses may be submitted electronically to rodney.brooks@nih.gov. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SS-SA)-2014-PSOL-337 /listing.html)
- Record
- SN03442316-W 20140731/140729235906-53ae9e2b3897942c3a86ff8bb4c69bf8 (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 |