SOURCES SOUGHT
R -- Biofilm/fluorescence in situ hybridization expert - SOW/Background Information
- Notice Date
- 8/16/2011
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
- ZIP Code
- 20892-7510
- Solicitation Number
- NIH-NICHD-11-104
- Archive Date
- 9/7/2011
- Point of Contact
- Tracey Muck, Phone: 301-443-7797
- E-Mail Address
-
muckt@mail.nih.gov
(muckt@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW/Background Information The National Institutes of Health (NIH), National Institute of Child Health and Human Development (NICHD) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing the following services: The Perinatology Research Branch (PRB), located at the Wayne State University (WSU) campus; Hutzel Women's Hospital in Detroit, MI, requires a contractor with expertise in biofilms to investigate biological specimens with Florescent In-Situ Hybridization (FISH) using the Eubac 338 universal probe to determine if there are detectable bacteria in the uterine cavity of women. The contractor shall use molecular techniques (confocal microscopy and pyrosequencing) to identify the bacteria found, determine if they are biofilms, and participate in the analysis of data and reporting of results in the scientific literature. On-site services are not required. Period of performance will be for one full calendar year. See attached for more information. This request is for interested firms with the capability of providing the required laboratory equipment to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 541990 with a size standard of $7.0M. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed ten (10) pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include a minimum of three references. Two (2) copies of the capability statement must be received at the following address: 6100 Executive Blvd, Suite 5Z00, Rockville, MD 20852 prior to 3:00 PM local time at designated location August 23, 2011. Capability statement must reference solicitation# NIH-NICHD-11-104. Responses by fax or e-mail WILL NOT BE ACCEPTED. Any questions must be sent via email to muckt@mail.nih.gov and must include solicitation# NIH-NICHD-11-104 in the subject line of email. Capability statements, etc will not be returned to firm/sender. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-11-104/listing.html)
- Record
- SN02535619-W 20110818/110816235118-664b35bef9fa1be253697a9099ac2c2f (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 |