SPECIAL NOTICE
B -- Laboratory Testing Services
- Notice Date
- 10/29/2008
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-AR-2009-011-RCO
- Response Due
- 11/10/2008 5:00:00 PM
- Archive Date
- 11/25/2008
- Point of Contact
- Rosie C Owens,, Phone: (301) 435-7920, Kathleen Marsden,, Phone: 301.435.0364
- E-Mail Address
-
rowens@mail.nih.gov, marsdenk@nhlbi.nih.gov
- Small Business Set-Aside
- N/A
- Description
- This is a notice of intent, not a request for a proposal. A solicitation document will not be issued and proposals will not be requested. This acquisition is being conducted under simplified acquisition, FAR Part 13 and is exempt from the requirements of FAR Part 6, Competition Requirement. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and a capability in response to this notice is solely with the discretion of the Government. This solicitation number is NHLBI-PB-(HG)-2009-011-RCO and is issued as a Notice of Intent (NOI). The solicitation will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-27 (as of 09/17/2008). The North American Industry Classification (NAICS) Code is 541380, and the business size standard is $7.0. However, this solicitation is not set aside for small business. It is the intent of the National Heart, Lung, and Blood Institute’s (NHLBI) Consolidated Operations Acquisition Centers (COAC) on behalf of National Human Genome Research Institute (NHGRI) to procure the services from Georgetown University Medical Center, 1316 36th Street NW, Washington, D.C., as follows: A firm fixed priced purchase order on a non-competitive basis for laboratory testing services to include but not limited to- EBV Cell Line transformed lymphopblast pellets, analysis of sample using Florescent in Situ Hybridzation probes from blood samples DNA extraction, RNA extraction and Tissue culture (fibroblasts). The above laboratory testing services are essential to NHGRI’s continued research efforts under protocol # 01-HG-0106 (PI-Krasnewich), 05-HG-0152(PI-Stewart), 04-HG-0123(PI-Biesecker), 04-HG-0127(PI- Venditti), 01-HG-0109(PI-Smith), 07-HG-0002 (PI-Biesecker). These clinical research studies are essential for the continued care of Clinical Center patients at NIH. This is a sole source justification for laboratory services at Georgetown University Medical Center, FAR 6.302-2 (2), Delay in award of a contract would result in serious injury, financial or other, to the Government. Changes in Reference Frames, puts in to question laboratory study data which is obtained from experiments. These services include preparing and storing DNA pellets, EBV-transformed lymphoblast pellets and analysis of samples using Flourescent in Situ Hybridization probes from blood samples from patients seen at the NIH Clinical Center. Location: Laboratory testing services will be conducted at the Georgetown University Medical Center in Washington, D.C. Time: Period of Performance will occur for the date of award until funds are exhausted. A market research conducted by the Government determined no small businesses showed interest, which confirms the commercial market. This part prescribes policies and procedures for conducting market research to arrive at the most suitable approach to acquiring, distributing, and supporting supplies and services. This part implements requirements of 41 U.S.C. 253a (a) (1), 41 U.S.C.264b, and 10 U.S.C. 2377. Therefore, Georgetown University Medical Center was awarded a purchase order to conduct the laboratory testing services. This action is under the authority of 41 U.S.C. 253(c) (1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirement. Needed to continue on-going experiments; change in supplies disruptive to experiments. This notice of intent is not a request for competitive quotations however; all responses received within 10 days from the date of publication of this synopsis will be considered by the Government. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. However, the 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling cost. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Inquires to this notice, referencing number NHLBI-PB-(HG)-2009-011-RCO, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisition, Procurement Branch, 6701 Rockledge Drive, Suite 6144, Bethesda, Maryland 20892-7902, Attention: Ms. Rosie Owens, Contract Specialist. Response may be submitted electronically to rowens@nhlbi.nih.gov or Ms. Kathleen Marsden, Contracting Officer marsdenk@nhlbi.nih.gov. Quotations will be due ten (10) calendar days from the publication date of this synopsis or by November 10, 2008, 5pm, Eastern Standard Time. Responses will only be accepted if dated and signed by an authorized company representative.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b7de9eb43f58cab6d254a73a0e75e9b&tab=core&_cview=1)
- Place of Performance
- Address: Bethesda, Maryland, 20892-0001, United States
- Zip Code: 20892-0001
- Zip Code: 20892-0001
- Record
- SN01697693-W 20081031/081029214329-7b7de9eb43f58cab6d254a73a0e75e9b (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 |