SOLICITATION NOTICE
B -- Plant Collection
- Notice Date
- 7/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NCI-70084-NV
- Response Due
- 7/23/2007
- Archive Date
- 8/7/2007
- Description
- The National Cancer Institute (NCI), Division of Cancer Treatment and Diagnosis (DCTD), Developmental Therapeutics Program (DTP), Natural Products Branch (NPB) plans to procure on a sole source basis with World Botanical Associates, The University of Illinois at Chicago, New York Botanical Gardens, and Missouri Botanical Gardens for plant collections in the following areas: 1) Arid lands in the SW of the USA and Hawaiian endemic species; 2) SE Asia, in particular the Indochina Peninsula (Vietnam and Laos); 3) the Caribbean (Lesser and if necessary, the Greater Antilles) and from Micronesia; 4) West Africa (Gabon and the Central African Republic); and 5) High altitude medicinal plants from Tibet and contiguous areas. DTP/NPB has had a collection program related to plant sources since 1986. These procurements will enable the process to continue with fresh materials as current backlogs of plant materials are being worked up. The contractors shall collect a significant number of previously uncollected plant specimens over a one year period of performance, with the aim of increasing the NPBs knowledge of previously uncollected materials World-wide. The plants will be collected utilizing the tenets of the NCI?s Letter of Collection (LOC) and /or existing Memoranda of Understanding (MOU). These are well known documents to the proposed collection contractors all of whom have used one or both in previous collections for the NCI. In almost all cases, the potential countries in whose lands we propose to collect are also very familiar with the documents. Such documents are an absolute requirement due to the Convention on Biodiversity (CBD). These documents substitute in all of the proposed areas of collection as the proposed collectors have been using these or very similar documents for prior NCI collections and have the necessary established political and scientific connections in the source countries. Air-dried plant samples of ~ 1 kilogram dry weight, which depending upon the size of the plant may be single or multiple samples from any one organism, together with taxonomic information, location details and voucher specimens, shall be delivered to the Natural Products Repository in Frederick, MD. Electronic submission of source and taxonomic data will be made via a secure web-link by each collection group and details of testing of the samples will be provided back to the source countries via NCI and the collectors. In order to collect plant samples that can then be evaluated for their potential to produce agents that may lead to novel drug sources against cancer, both within and outside US territories, one requires an extremely skilled and experienced botanists who has/have extensive collection experience in the areas of the World that are of interest. All of the proposed suppliers have extensive experience in dealing with the source countries suggested since they have made earlier collections for the NCI in those countries. They have the processes in place, and know with whom to negotiate in the source country governmental entities for permission to collect and export. To the NCI Researcher?s knowledge there are no other organizations that have the necessary botanical and logistical experience to perform the collections in the political climates that exist in the proposed collection areas. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. However, if any interested party believes it can perform the requirement as detailed they may submit a statement of capabilities. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow the NCI researcher to determine if the party can perform this requirement. Statement of capabilities should provide evidence that your organization has dealt with these countries and can obtain permission to collect and export with in 60 days of award. An original and one copy of the capability statement must be received in the contracting office by 1:00 pm EDT, on July 23, 2007. Faxed and emailed capability statements are NOT authorized. All questions must be in writing and must be emailed to Melissa Marino at marinome@mail.nih.gov and Debbie Moore at dm170b@nih.gov or faxed (301) 402-4513. It is the vendor's responsibility to call (301) 402-4509 and verify that questions were received. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award from the NCI contractors must be registered in the Online Representations and Certifications Applications (ORCA). Please refer to http://orca.bpn.gov In addition; contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. No collect calls will be accepted. NAICS 541960, Business size standard $6.5 million.
- Record
- SN01341727-W 20070715/070713220650 (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 |