SOLICITATION NOTICE
B -- Serology and PCR Assay Testing Services
- Notice Date
- 9/30/2020 1:01:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N98020Q00032
- Response Due
- 10/30/2020 10:00:00 AM
- Archive Date
- 11/14/2020
- Point of Contact
- Terita Stevenson, Phone: 3014023727
- E-Mail Address
-
stevenst@od.nih.gov
(stevenst@od.nih.gov)
- Description
- (i) This is a combined synopsis-solicitation for commercial items or 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. (ii) The solicitation number is 75N98020Q00032� National Institutes of Health Serology and PCR Assay Testing Services and the solicitation is issued as a request for proposal (RFP).� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated January 15, 2020.� (iv) This requirement is full and open competition.� The associated NAICS code is 541940, Veterinary Services with a size standard of 8 M.� This requirement is advertised as full and open competition.� It is anticipated that a single fixed price IDIQ will be awarded. (v) Veterinary Services, See attached price schedule (base + 4 option years) �(vi) Background:� The ORS/DVR operates a centralized NIH Animal Health Surveillance (AHS) program for the intramural research community.� The AHS program monitors the health status of colonies of selected species of laboratory animals maintained by the various NIH institutes and centers.� Animal holding facilities submit sentinel animals to DVR for examination and testing.� Sera or tissues obtained from these animals are sent to an outside contract laboratory which tests the sera for antibodies to known pathogens.� Other tissues may be tested by PCR technology for the presence of specific bacteria or viruses.� In this manner, any potential outbreak of an infectious disease can be detected and eliminated as quickly as possible. It should be noted that on, an annual basis, DVR submits a very large number of samples for this type of testing and requires a vendor capable of dealing with a high volume and rapid throughput of submissions.� The use of a centralized program affords economies of scale and competitive pricing not available to individual institutes.� DVR has operated the AHS program for over 20 years, during which time the program has changed and evolved.� Purpose: � This contract provides a readily available source of Serology Assay Testing Services and Polymerase Chain Reaction (PCR) assays to meet the needs of the Division of Veterinary Resources (DVR) of the National Institutes of Health (NIH).� The overall objective is serological/PCR analysis of rodent and other small animal sera and tissues used to monitor the health status of NIH animal colonies.� Please see the Statement of Work (SOW) for details.�� The Contractor receives serology samples, perform testing on these samples and report the results back within 3 workdays to the Contracting Officer�s Representative (COR).� PCR assay submissions shall be tested and the results provided to the COR within 7 working days.� See the Statement of Work (SOW) for details. Scope of Work: See Attached SOW dated, July 24, 2020. �SUPPLIES OR SERVICES AND PRICES/COSTS �PRICES/COSTS The final contract will contain the price/cost provisions agreed upon by the Government and the Offeror. �PRICES The total estimated amount of this contract is $ TBD prior to award. Upon delivery and acceptance of the item(s) described in SECTION C of this contract and identified in the schedule of charges below, the Government shall pay to the Contractor the unit price(s) set forth below: � Pricing Schedule Section B. The following tables give the number of assays requested under the current contract in FY2019 and are presented to give an estimate of the level of work expected in FY2020 and beyond. (vii)�� See the attached SOW for more information on the service to be provided, dates and places of delivery and acceptance. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.� The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. Selection of an Offeror for award will be on the basis of the attached evaluation criteria. The proposal technically acceptable quote meeting the government's essential features as described herein. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. See attached Technical Evaluation Criteria.� The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical and past performance factors, when combined, are significantly more important than price. (x) The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition.� The offeror must include a completed copy of this provision with their proposal. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.� The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Offers must be received via email at stevenst@od.nih.gov by 1:00 PM (EST) on October 30, 2020. Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number RFQ # 75N98020Q00032 on your offer.� All questions regarding this combined synopsis/solicitation must be received in this office by 12:00 Noon (EST) on October 7, 2020.� They must be in writing emailed to Terita Stevenson at stevenst@od.nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5003c001745142f2a1ec9134cd2c5223/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05815541-F 20201002/200930230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |