Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

Q -- Pan-bacterial, pan-Mycobacterial, and pan-fungal testing directly from clinical specimens

Notice Date
1/18/2018
 
Notice Type
Presolicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
18-003608
 
Archive Date
2/17/2018
 
Point of Contact
Christopher D. Lauver, Phone: 3014969427
 
E-Mail Address
christopher.lauver@nih.gov
(christopher.lauver@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Department of Laboratory Medicine, Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to: University of Washington P.O. Box 9468 Seattle, WA, 98109-0468, UNITED STATES NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 621511 with a Size Standard $32.5 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-96, November 6, 2017. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. GENERAL INFORMATION 1. Title: Pan-bacterial, pan-Mycobacterial, and pan-fungal testing directly from clinical specimens performed at the vendor's location for routine patient care testing of Clinical Center patients. 2. Background Information: The Department of Laboratory Medicine serves as the clinical laboratory of the NIH Clinical Center. It provides laboratory support for patient care and research protocols and performs research and training in disciplines of Clinical Pathology. In doing so it provides state-of-the-art laboratory testing in support of Clinical Center patient care and serves as a center of excellence in research and training in laboratory medicine, particularly in areas which utilize the unique strengths of the National Institutes of Health. 3.The purpose of this procurement is to secure funds to support pan-bacterial, pan-Mycobacterial, and pan-fungal testing directly from clinical specimens performed at the University of Washington for routine patient care testing of Clinical Center patients. This testing is not currently offered in house by the DLM Microbiology Service due to the complexity of testing, thus these test requests are outsourced to a CLIA certified vendor. 4. Period of Performance: Base of One (1) year and Three (3) additional Option Periods of One Year. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) MINIMUM SPECIFICATIONS: The vendor must provide test results via fax within 10-14 days of specimen receipt. • NTMPCR (Atypical Mycobacterial DNA detection amplification) • TBCPCR (MTC Complex PCR) • FUNPCR (Direct Fungal DNA detection amplification) • BCTPCR (Bacterial detection by PCR) • NGS16S (Bacterial Detection by Next Generation Sequencing) 1. Period of Performance (POP). Anticipated award on or around February 2nd, 2018 for a period of one year with three additional option periods of one year each. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The intended sole source is the only known source to meet the technical needs of the scientific equipment/supplies. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research. CLOSING STATEMENT 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 a technical proposal, a cost-price proposal, the period of performance, 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. All responses must be received by February 2, 2018, 3:00 PM Eastern time and must reference solicitation number 18-003608. Responses may be submitted electronically to Mr. Christopher Lauver, Contracting Specialist at christopher.lauver@nih.gov. Fax responses will not be accepted. "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/CCOPC/18-003608/listing.html)
 
Record
SN04793199-W 20180120/180118231312-f5ae70b13e1b01019d8de8fdd097ffee (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  © 1994-2020, Loren Data Corp.