SOLICITATION NOTICE
Q -- Sending out of Laboratory Testing
- Notice Date
- 1/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455
- ZIP Code
- 20892-5455
- Solicitation Number
- NIH-NIDDK-06-701
- Response Due
- 1/18/2006
- Archive Date
- 2/2/2006
- Description
- 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. This solicitation number is NIH-NIDDK-06-701, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification (NAICS) Code is 621511 and the business size standard is $11.5 M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), National Institute of Child Health and Human Development (NICHD), to procure the Sending out of Laboratory Testing from Mayo Medical Laboratories (MML), 200 SW 1st Street, Rochester, MN 55905. Contract for Processing Patient Assays This contract shall be for the performance of immunoassay and bioimmunoassay services. These services will support ongoing clinical research for NICHD. The results of these assays shall be reported to NIH Clinical Center Department of Laboratory Medicine from where they will be entered into the NIH Clinical Research Information System (CRIS). The Mandatory Technical Requirements are as follows: The Contractor shall perform assays for measuring the following materials: GHBP Growth Horm Bind Prot Cortisol Binding Globulin Plasma Renin Activity CBG with Free Cortisol Cortisol, Free Cortisol, Saliva Cortisol, Urine DHEA-Serum Testosterone, Total & Free Testosterone, Free Testosterone, Total only Andostenedione, Serum IGF Binding Prot, 1 IGFBP-3, S Sex Hormone Binding Glob Leptin Estrone, Serum Vitamin D, 1,25-Dihydroxy Renin Renin Esoterix Renin Plasma Renin Activity, Plasma 21 Hydroxylase Ab, S Bone Alkaline Phosphatase 17 Hydroxyprogesterone Estradiol, Enhanced, S 17 Hydroxy-Pregnenolone Aldosterone, Serum Estrone, Serum Quant, each specimen Creatinine, Urine Adrenal AB 11 Desoxycortisol Dexamenthasone Histamine Blood Pyridinoln+Deoxypyrid, Ur Bone Alkaline Phospatase The NIH Clinical Center Department of Laboratory Medicine (DLM) will receive, accession, and process NICHD patient blood specimens for clinical laboratory testing, using the DLM central accessioning group and the on-site MML staff to process these samples. Specimens shall be picked up from the Department of Laboratory Medicine on the 2nd floor of the Clinical Center of the NIH daily. Specimens shall be maintained immediately at dry ice temperatures and maintained in the frozen state until assayed. All specimens will be furnished by the Government. Patient Assays shall be performed and the results reported to the NIH within seven (7) calendar days after pick-up when authorized by performing physician. Emergency samples shall be performed and the results reported with three (3) calendar days. All samples shall be assayed in duplicate in manual pipetted assays (automated instrumental assays showing low variability may not be run in duplicate) to allow the calculations of within-assay variance for each assay. A coefficient of variations shall be calculated for each assay and between assay variation shall be determined as a running mean. A quality control system shall be established with a minimum of two (2) quality control sample pools in each assay. All samples shall be kept in cold storage (< -70 degrees C) for up to approximately ninety days, and then will be made available for transfer as governed under NICHD/McKesson Bioservices Freezer Repository Contract. The laboratory must be certified by the Nuclear Regulatory Commission or the governing regulatory authority. The Contractor shall be available for discussion of assay results and problems and shall have the capability to modify or extend existing assays and develop related methods for additional hormones or drugs using the below-mentioned standard approaches as required by the Project Officer (requestor). Deliverables/Reporting Requirements 1. Results from the analysis of samples from humans shall be provided to DLM daily via the on-site MML staff, and will be available to the individual ordering physicians via the CRIS system. 2. The contractor will maintain information on the patient name, medical record number, requesting physician, billing physician, protocol number, assay requested, test name, time-points and date, if such information is available on the transmittal paperwork. This notice of intent is not a request for competitive quotations however, all responses received, within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The provision of FAR Clause 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. Evaluation will be based on Best Value. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in their quotation, the unit price, the 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. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the laboratory testing specified in this synopsis should submit their quotation to the below address. Quotations will be due seven (7) calendar days from the publication date of this synopsis or January 18, 2006. The quotation must reference ?Solicitation number? NIH-NIDDK-06-701. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 774C, Bethesda, Maryland 20817, Attention: Patricia Haun. Faxed copies will not be accepted.
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, MD
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN00965348-W 20060114/060112211909 (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 |