Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2005 FBO #1320
SOLICITATION NOTICE

A -- Analytical Services for Culturable Mycobacterium Assays

Notice Date
7/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Spokane Research Laboratory, 315 East Montgomery Avenenue, Spokane, WA, 99207
 
ZIP Code
99207
 
Solicitation Number
000HCCA7-2005-23462
 
Response Due
7/22/2005
 
Archive Date
8/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH) has a requirement for a contractor to perform culturable mycobacterium assays on environmental samples collected within the scope of NIOSH project Work-Related Asthma in Schools and Office Building. Deliverables will include 1) a protocol report for all requested assays with quality control/quality assurance information, 2) Quantitative mycobacterium measurements in a spreadsheet format for 330 samples that NIOSH will supply. Award will be in accordance with FAR Part 12. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items ; 52.212-2, Evaluation -- Commercial Items ; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act ? Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.33, and Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3). Form 1449 is available at http://www.gsa.gov/forms. OFFERS ARE DUE Friday, July 22, 2005, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (with proposal); (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3; (4) technical discussion which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All proposals must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. All responsible sources may submit a response to Denise Rains (509)354-8111, (509)354-8099 fax, or e-mail @ dgr8@cdc.gov. In order to be awarded contract, vendor must be registered with the Central Contractor Registration (CCR).
 
Place of Performance
Address: Morgantown, WV
 
Record
SN00841899-W 20050708/050706211814 (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 |
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.