Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
DOCUMENT

Q -- Gastroenterologist Services for Research Study - Attachment

Notice Date
9/6/2017
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
VA24017Q0218
 
Response Due
8/31/2017
 
Archive Date
10/30/2017
 
Point of Contact
Contracting Officer: Michael Haydo
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services 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 VA240-17-Q-0218 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. This requirement will be made using a cascading set-aside under the associated NAICS code 621511 with a small business size standard of 1000. The full solicitation document is included as an attachment to this notice; to include: a list of contract line items, a Description of requirements for the items to be acquired, SOW/PWS, Date(s) and place(s) of delivery, and applicable clauses and provisions. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of lowest price technically acceptable. The overall objective of this request is to contract for professional research services required for completion of the VA-funded study titled Mechanisms of Gulf War Illness. This study requires a twelve (12) month base period plus four (4) option periods. This contract is needed in order to evaluate 60 Gulf War Veterans (male and female) who were deployed to the Persian Gulf between August 1990 and March 1991 and who developed chronic gastrointestinal pain while deployed. In addition, a total of 60 Gulf War Veterans (male and female) who were deployed but did not develop chronic gastrointestinal pain will be used as controls. This contract requires an individual who has specialized technical knowledge and experience with visceral pain mechanisms in Gulf War Veterans at the Malcom Randall VA Medical Center, Gainesville, FL. Individual will be responsible for analyzing visceral nociception data; interpreting miRNA analysis; stratifying Gulf War Veterans by gastrointestinal symptoms, and preparing manuscripts for publication. Services must be performed by a licensed Medical Doctor (MD) who is a board certified Gastroenterologist with previous publications in functional bowel disorders such as Irritable Bowel Syndrome; miRNA analysis; and visceral nociceptive pathways in humans. Individual must be able to travel to the Malcom Randall VA Medical Center located in Gainesville, FL a minimum of once a month to provide the necessary services under this contract. PERSONNEL QUALIFICATIONS OF VENDOR Vendor shall be a licensed Medical Doctor (MD) who is an American Board of Internal Medicine (ABIM) board certified Gastroenterologist with specialized training in functional bowel disorders. Shall have a minimum of ten (10) years research experience with extensive publications in the areas of Irritable Bowel Syndrome, miRNA analysis, and visceral nociception testing. Shall have extensive experience working with Gulf War Veterans who developed functional bowel disorders following deployment in last 10 years. Shall have a minimum of twenty (20) research publications in previous (10) year period to support evidence of international expert in the analysis and interpretation of miRNA signaling pathways as it relates to visceral pain Vendor shall have experience with Department of Veterans Affairs Research grants, National Institutes of Health (NIH), and the University Institutional Review Board (IRB) The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 9/11/17 at 10:00 AM and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo at michael.haydo@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bf755d5531ee36b7b1ec5ba79a685dda)
 
Document(s)
Attachment
 
File Name: VA240-17-Q-0218 VA240-17-Q-0218.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779557&FileName=VA240-17-Q-0218-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779557&FileName=VA240-17-Q-0218-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04663381-W 20170908/170906232352-bf755d5531ee36b7b1ec5ba79a685dda (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.