SOLICITATION NOTICE
99 -- RECOVERY - Quantitative Imaging Biomarker Alliance - Statement of Work
- Notice Date
- 5/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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-EB-2010-159-JKS
- Archive Date
- 6/6/2010
- Point of Contact
- Jennifer Schlegel, Phone: (301) 435-0343
- E-Mail Address
-
schlegeljk@mail.nih.gov
(schlegeljk@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 5/7/10 RECOVERY - The National Heart, Lung, and Blood Institute (NHLBI), on behalf of the National Institute of Biomedical Imaging and Bioengineering (NIBIB), proposes to procure vendors capable of developing and validating a model for quantitative imaging biomarkers to meet the requirements of clinical trials and to develop and implement profiles for imaging biomarkers in oncology applications in active clinical trials, in accordance with the procedures for acquiring commercial items authorized in FAR Part 12. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, and the NHLBI does not intend to issue a separate written solicitation. The solicitation includes all applicable provisions and clauses in effect through FAC 2005-40. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The procurement is being conducted on a competitive unrestricted basis, with no set-aside restrictions. The North American Classification System (NAICS) code applicable to this requirement is 541990 and the associated small business size standard is $7.0 Million. It is anticipated that a fixed price type contract will be awarded. The FOB terms are “Destination” and Net 30. FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors – Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (AUG 2009); FAR 212-4, Contract Terms and Conditions – Commercial Items (MAR 2009); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2009) is included with the following additional clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APRIL 2008); FAR 52.219-16, Liquidated Damages – Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APRIL 2009); FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004); FAR 52.225-1, Buy American Act – Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003); and FAR 52.204-7, Central Contractor Registration (APR 2008). PLEASE NOTE THAT THE ADDITIONAL FAR CLAUSES, APPLICABLE TO ARRA, WILL BE INCORPORATED TO ANY RESULTANT CONTRACT: 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009) and FAR 52.204-11, American Recovery and Reinvestment Act – Reporting Requirements (MAR 2009). Other provisions/clauses may be incorporated into the contract, as necessary. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Offers must also be accompanied by descriptive literature, warranty, and/or other information that demonstrates that the offer meets all of the foregoing requirements as detailed in the attached Statement of Work. Offers and related materials must be received by 12:00 p.m. EST on May 22, 2010. Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number: NHLBI-PB-EB-2010-159-JKS. Submit offers electronically to Jennifer Schlegel, Contract Specialist, at schlegeljk@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format. All offers must be received by the specified due date and time in order to be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-EB-2010-159-JKS/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02144188-W 20100509/100507235120-17a37f930cd451093c27ab3d85596f22 (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 |