Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2015 FBO #4970
SOLICITATION NOTICE

B -- Run bioassay on the samples collected from patients in the Family Caregiving study

Notice Date
7/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-2015-154-DLM
 
Archive Date
7/23/2015
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) "This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued." (ii) The solicitation number is HHS-NIH-NHLBI-CSB-(HG)-2015-154-DLM and the solicitation is being posted as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, June 8, 2015. (iv) This is a Small Business set-aside, the associated NAICS code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) and small business size standard is 500. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Offers are due by 8:00 A.M. Eastern Time (EST) on July 8, 2015. (v) Background: The National Institute of Health (NIH) is the nation's leading medical research agency and the primary Federal agency mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Human Genome Research Institute (NHGRI) mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. The Social Networks Methods Section, part of the Social and Behavioral Research Branch an NHGRI, is performing a study on inherited diseases, caregiving, and social networks (HG-12-N022). During this study, our researchers will collect Saliva, Blood, and Urine samples. The study aims to collect information on caregiver's social network and health that involves survey/network assessments and biomarker assessments for caregivers' stress response and physical health status. Objectives : The Social Methods Network Section would like to hire a contractor that will run bioassay on the samples collected from patients in the Family Caregiving study. The technical specifications of the samples are as follows: Number of samples to be processed : 1045 saliva samples (in salivettes) Specimen Biomarker No. of Samples=1045 Saliva Cortisol Dehydroepiandrosterone Sulfate (DHEA-S) Anticipated Period of Performance : July 2015 to September 2015 Contractor's Requirements : To analyze the provided saliva samples using the described biomarkers. The analysis should be returned to the study NHGRI Project Officer. Government Responsibilities : The Social Networks Methods Section will provide the required samples. The Contractor will contact the Project Officer, the main point of contact for the project regarding any questions related to the samples. Deliverables : The Contractor shall deliver the data with levels of biomarkers and the remaining samples to the Government. Inspection and Acceptance. Upon delivery, investigators at the Social Networks Methods Section will review the result of the data collected from the samples. All data and information collected is owned by the federal government. vi. Place of Performance will be held at NIH and Contractor's Location. vii. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. viii. EVALUATION OF PROPOSALS : The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. EVALUATION FACTORS : A. Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). ix. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. The proposal must reference the RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2015-154-DLM. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. All proposals shall contain the following: 1. Name of Contracting Organization; 2. Solicitation number; 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirement; 6. North American Industry Classification System (NAICS) Code; and 7. DUNS Number. x. In accordance to FAR clause 52.212-2, Evaluation - Commercial Items xi. In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on- line at https://www.sam.gov/portal/public/SAM/. xii. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. xiii. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. Additional FAR Clauses include: FAR clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). FAR clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG2011). FAR clause 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL2013) (31 U.S.C. 3332). xiiii. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. xv. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. xvi. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Offers are due by 8:00 A.M. Eastern Time (EST) on July 8, 2015. Proposals can be emailed to the Contracting Officer, Dorothy Maxwell at maxwelld@mail.nih.gov, place Solicitation Number: HHS-NIH-NHLBI-CSB-(HG)-2015-154-DLM on the quotation. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-2015-154-DLM/listing.html)
 
Place of Performance
Address: Contractor's and NIH Location, United States
 
Record
SN03783458-W 20150703/150702000234-92279c5e4521e60b54bd98c2f23e1f08 (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.