Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

B -- Metabolomic Signatures Predicting Dual Cognitive and Gait Decline for the Health, Aging and Body Composition Study

Notice Date
6/29/2020 5:49:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(AG)-CSS-75N95020Q00084
 
Response Due
7/27/2020 9:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Description
INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-(AG)-CSS-75N95020Q00084 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY� This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated June 5, 2020. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 541714 Research and Technology in Biotechnology size standard 1000 employees. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose 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.� PURPOSE AND OBJECTIVES The purpose of this requirement is perform metabolomic assays in the Health, Aging and Body Composition Study (Health ABC) to validate metabolomic signatures underlying dual cognitive and gait decline that are identified in the Baltimore Longitudinal Study of Aging and validate their relationships with subsequent dementia. SCOPE OF WORK � See Statement of Work Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 ANTICPATED PERIOD OF PERFORMANCE: The anticipated period of performance of this firm fixed price contract will be for 12 months. Attachments: Attachment 1 - Statement of Work Attachment 2 - Evaluation Criteria Attachment 3 - 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Please complete and resubmit with offer) Attachment 4 - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2020) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.� Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Clause at 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."" All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by July 27, 2020 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-PSOL-75N95020Q00084.� Responses may be submitted electronically to amcgee@mail.nih.gov.� For information regarding this solicitation, contact Andrea Clay by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e36eadf31601418b973216472e2f0f33/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05706014-F 20200701/200629230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.