SOLICITATION NOTICE
A -- Phosphoproteomic profiling and functional characterization of host response to pathogens through intracellular and intercellular signaling
- Notice Date
- 10/6/2014
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-15-T-0008
- Response Due
- 10/21/2014
- Archive Date
- 12/5/2014
- Point of Contact
- Samantha L. Connors, 301-619-6979
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(samantha.l.connors.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Medical Research Acquisition Activity, 820 Chandler St., Fort Detrick, Maryland, 21702, intends to award a sole source contract to George Mason University for phosphoproteomic profiling and functional characterization of host response to pathogens through intracellular and intercellular signaling for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the statutory authority 10 U.S.C. 2304 (c)(2). The FAR citation is 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Only George Mason University is capable of providing the required services because this is a follow-on contract for the continued provision of highly specialized services, and it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and/or unacceptable delays in fulfilling USAMRIID's requirements. RFQ W81XWH-15-T-0008 will be issued on a sole source basis. The North American Industry Classification System (NAICS) code for this requirement is 541712 and the small business size standard is 500 employees. Any sources that believe they are eligible to provide these services must respond in writing or respond to the RFQ. Responses must be supported with clear and convincing evidence which articulates the ability to provide the items outlined above. A request for documentation will not be considered an affirmative response. Information received will be considered solely for the purposes of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, which reflects fifteen (15) days after the publication of this notice, the purchase order will be awarded without further remark. All questions and responses concerning this notice shall be emailed to Ms. Samantha L. Connors at samantha.l.connors.civ@mail.mil. Interested concerns must identify their capability to the above email address no later than 4:00 PM Eastern Time, 21 October 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-T-0008/listing.html)
- Record
- SN03543305-W 20141008/141006234132-efbdd917672de1a8fc91f7a3a97ee4d9 (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 |