SOLICITATION NOTICE
65 -- Antigen production from Baculovirus plasmids, antigen purification and custom monoclonal production - Attachment 1
- Notice Date
- 9/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2011-Q-14197
- Archive Date
- 10/11/2011
- Point of Contact
- Matthew R. Williams, Phone: 7704882679, Deborah Mccune-Powell, Phone: 7704882870
- E-Mail Address
-
vgx3@cdc.gov, ztv3@cdc.gov
(vgx3@cdc.gov, ztv3@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Additional information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 2011-Q-14197 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 with a small business size standard of 500 employees. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The Centers for Disease Control and Prevention (CDC) intends to purchase the items listed in the attached document (See Attachment 1). The government intends to evaluate offers and may award a contract without discussions with offerors providing the requested items. Potential offers will be evaluated using lowest price, technically acceptable criteria. Therefore, the initial bid should contain the offeror's best terms from a technical and price standpoint. Interested vendors capable of furnishing the items listed in the attached document (See attachment 1) should submit a bid to the email address listed below. The bid shall include prompt payment terms, Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs) and descriptive literature outlining the product(s) quoted and the process used to obtain the product. This description should be no longer than 10 pages. Bids will be due ten (10) calendar days from the publication of this synopsis or Monday, September 26, 2011 by 5:00 p.m. E.S.T. The maximum allowed amount for this award is $38,000.00. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions should be submitted to the email address listed below. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Please see the attached document (See attachment 1) for special instructions regarding shipping. Bid must be good for at least 30 calendar days after the close of the buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Contracting Office Address: 2920 BRANDYWINE, ATLANTA, GA 30341 Place of Performance: Work to be performed at offeror's place of business. Point of Contact(s): Name: Matthew Williams, Contract Specialist; email vgx3@cdc.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2011-Q-14197/listing.html)
- Record
- SN02579954-W 20110918/110916235627-a541516062af2bee71c999828aa2671e (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 |