SOLICITATION NOTICE
H -- Laboratory Testing Services
- Notice Date
- 9/13/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive MSC 4811 Room 2NE70-A, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ0261
- Response Due
- 9/30/2002
- Archive Date
- 10/15/2002
- Point of Contact
- Linda Taylor, Purchasing Agent, Phone 301-402-6089, Fax 301-480-3695, - Carolyn Sentz, Contracting Officer, Phone 301-402-6107, Fax 301-480-3695,
- E-Mail Address
-
ltaylor@niaid.nih.gov, csentz@niaid.nih.gov
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request for Quotation (RFQ). Submit offers on RFQ0261. The request for quotation (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The National Institute of Allergy and Infectious Diseases intends to procure Laboratory Testing Services. The associated North American Industry Classification System (NAICS) code for this acquisition is 541380 and the Small Business Standard Size is 6 Million. The purpose of this requirement is to develop vaccines for HIV, Ebola and potentially, other viral diseases. Cloning and making different mutations of viral proteins at the DNA level is critical in the vaccine development and for every mutation we make, the resulting DNA sequence must be determined and confirmed. Fast and accurate DNA sequence determination is an indispensable part of this process. As such, the DNA sequencing process must be continued. Evaluation Criteria: 1) The contractor shall provide personnel who have expertise in the DNA sequencing. 2)The contractor shall provide sufficient production capacity for delivery of DNA sequences and the associated chromatograms within 24 hours after receiving an order. 3) The contractor shall provide unambiguous, verified usable sequence by email within 24 hours of receiving the DNA template. The sequence must have all bases defined, i.e. no ?N?s. This requirement includes: a) designing, manufacturing and purifying primers based on the region of DNA sequence provided by email to the vendor. b) repeating or initiating additional sequencing reactions to provide the unambiguous sequence at no additional cost. c) performing the sequencing task using the amount of DNA template provided by the lab, 250ng or more, d) processing up to 100 samples in a day, if required, with no delay in providing sequence, e) responding within 24 hours to inquiries by lab scientists on the progress, and veracity of the sequence provided. 4) The DNA sequences and chromatograms must be sent by electronic mail or obtained by on-line retrieval. 5) The contractor shall generate DNA sequencing from 250ng or more of plasmid DNA template, depending on the availability of the DNA template. 6) The contractor shall provide universal primers when requested. They are, but not limited to SP6, T3, M13 forward and M14 reverse primers. 7) The contractor shall design and synthesize internal primers when requested and shall provide unambiguous edited sequence within 48 hours after the initial request. 8)The contractor shall provide a 24 hour turnaround for unambiguous edited sequence if the synthesis of custom primers is not required. 9) If there are additional charges relating to any of these requirements, contractor must specify the hourly rate, and an estimate of the hours needed to complete the requirements. Period of Performance September 30, 2002 to September 29, 2003. Deliverables: The services will be ordered on as needed basis and the contractor is required to submit invoices for work done. The contractor must monitor the monies spent and provide monthly updates on the status of the contract. The contractor must ensure that the value of the contract is not overspent. A firm fixed-price purchase order is anticipated to result from the award of this solicitation. Place of delivery and FOB destination Point is Bethesda, MD. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items;FAR 52.212-2 Evaluation Commercial Items; FAR 52.212.3 Offeror Representations 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 Status or Executive Orders-Commercial Items; and FAR 52.225-3 Buy American Act. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request. Any response to this RFQ must be mailed to the Point of Contact indicated below. Offers must be submitted not later than 5:00 P.M. Eastern Daylight (EDT), September 30, 2002. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive/MSC4811, Room 2NE70-A, Bethesda Maryland 20817-4811. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Linda Taylor at (301) 402-2282. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by the Agency.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/AMOB/RFQ0261/listing.html)
- Place of Performance
- Address: National Institute of Health Bethesda, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00165801-F 20020915/020913220507 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |