Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2006 FBO #1544
SOLICITATION NOTICE

H -- Quality Control, Testing and Inspection Services

Notice Date
2/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ6021
 
Response Due
3/2/2006
 
Archive Date
3/17/2006
 
Description
This is a combined synopsis/solicitation, to procure commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This procurement is being issued as a Request for Quotation (RFQ6021). This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC05-08. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure production, purification, and pooling of peptides. (I) Background information: The lab within NIAID was established to facilitate research in vaccine development. In order to accomplish this task the lab is responsible for conducting research aimed at developing effective vaccines for human diseases. Recently NIAID developed an AIDS vaccine that is ready to enter into clinical trials. In order to test the effectiveness of this vaccine, volunteer responses will be tested as stated under protocol number Z01-AI-005009. After extensive testing and optimization of reagents, quality control and laboratory test procedures have been established and used for the first year of the trials. (II) Purpose and Objectives are to have peptides produced, purified, pooled, and aliquoted for testing. (III) The vendor shall perform work as detailed in a Statement of Work (which can be requested by contacting the above named purchasing agent). (IV) The vaccine testing will commence at award and will continue for a period of approximately 8 months. (V) Reagents will be inspected upon arrival to confirm that the lab?s specifications were met. The evaluation criteria shall be: 1) how well the bidding contractor matches the requested technical specifications; 2) price; 3) company reputation or past experience with that company?s product. The government intends to make a Best Value Buy from responsible offeror whose offer is most advantageous to the government. This is not a small business set-aside. The North American Industry Classification System Code Number is 325414 and the Small business Set-Aside is 500. The FOB point shall be Destination, Bethesda, Maryland. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.225-1 Buy American Act; FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (B) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.dlis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), March 2, 2006. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20817-4811. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: Delivery to: NIAID/NIH, Bethesda, MD
Zip Code: 20892
 
Record
SN00988602-W 20060217/060215211849 (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.