SOLICITATION NOTICE
B -- Special Studies & Analysis / H5N1 - Package #1
- Notice Date
- 6/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NIAID-NOI-11107
- Archive Date
- 7/12/2011
- Point of Contact
- Jennifer Walker, Phone: 301-402-2282, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
jewalker@niaid.nih.gov, jfoley@niaid.nih.gov
(jewalker@niaid.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NIAID-NOI-11107 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-52, dated May 31, 2011. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 541380, which has a size standard of 12 million dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure services in the field of clinical study and evaluation of an inactivated H5N1 influenza vaccine clinical trial on a sole source basis from Johns Hopkins Bloomberg School of Public Health, Baltimore, Maryland. The study is to evaluate the ability of the live attenuated H5N1 vaccines to prime for a robust immune response to vaccination with the non-adjuvanted H5N1 influenza vaccine that is licensed in the United States for adults who are at increased risk of exposure to H5N1 influenza virus. Subjects from earlier studies of live attenuated pandemic influenza vaccines will be recalled to receive the inactivated H5N1 vaccine and immune responses will be measured in a variety of assays. The Offeror shall prepare the clinical protocol and informed consent form for the study, shall arrange Institutional Review Board (IRB) review of the protocol and informed consent form, shall contact volunteers from earlier studies of live attenuated pandemic influenza vaccines as well as subjects who have never received live attenuated pandemic influenza vaccines. Offeror staff shall screen volunteers for eligibility to participate in the study, shall vaccinate subjects, shall monitor the safety of the vaccine and shall obtain blood samples from the subjects at defined time points following vaccination. See the attached Statement of Work. Performance shall be for 12 months after receipt of order. Award will be based on meeting the following: 1) capability to meet required specifications, 2) price, 3) past performance, and 4) delivery. The FOB point shall be Destination. Place of delivery Bethesda, Maryland, 20892. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evalutaion Commercial Items; Far 52.212-3 Offeror Representation 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 Statutes or Executive Orders Commercial Items; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.gov. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Copies of the aforementioned clauses are available upon request by telephone to Jennifer Walker at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), June 27, 2011. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE38A, Bethesda, MD, 20892-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be addressed to Jennifer Walker at 301-402-2282. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-11107/listing.html)
- Place of Performance
- Address: National Instutite of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02470114-W 20110612/110610235515-0c9c9a17f0327ceb925fbbdb7174c576 (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 |