SOLICITATION NOTICE
Q -- Clinical Laboratory Testing Services - SOW
- Notice Date
- 5/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-CSS-14-203
- Archive Date
- 6/3/2014
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Scope of Work DESCRIPTION: This is a combined synopsis/solicitation for commercial items 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 solicitation number is HHS-NIH-NIDA(SSSA)-CSS-14-203 and the solicitation is issued as a request for quotation (RFQ). The solicitation is being issued with no set-aside restriction. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. PROJECT DESCRIPTION The purpose of this requirement is to provide clinical laboratory testing services for laboratories in Intramural Research Program (IRP) at the National Institute of Aging (NIA). Background Information: The IRP provides contractor support through investigator-initiated research to help NIA understand the effects of aging. Clinical Laboratory testing services are required for multiple laboratories at IRP including NIA Laboratories at the Clinical Research Core (CRC) and the Laboratory of Epidemiology and Population Sciences (LEPS) located at Harbor Hospital in Baltimore, MD. Multiple awards are expected to be made as a result of a single solicitation. The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard. Purpose or Objective of the Requirement: IRP program activities requiring clinical laboratory testing services include the Clinical Research Core (CRC) part of the NIA Clinical Unit within the Office of the Scientific Director and the Laboratory of Epidemiology and Population Studies (LEPS). The CRC seeks to elucidate normative values and separate normal aging findings from disease states. The CRC's goal is to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the Intramural Research Program. The CRC performs research that has direct clinical applications to aging and disease states and, as such, collects participant specimens depending on the testing procedures required per protocol study. The NIA CRC requires reference clinical laboratory services, including but not limited to hormone assays, for these participant specimens. The lab results become official documentation of the participant's medical record. LEPS is in charge of planning, conducting, and directing epidemiology, demography, and biometry programs relevant to the mission of the NIA. Support provided for laboratory services collects and analyzes data regarding the distribution of the aged by such categories as sex, race, socioeconomic, and demographic characteristics and serves as a focal point for these data. Further, LEPS plans, initiates, coordinates, and analyzes national and international epidemiologic longitudinal studies and studies of special populations. Within LEPS, the Health Disparities Research Section (HDRS) conducts interdisciplinary clinical and basic science that focuses on examining the underlying causes of the disproportionate incidence, morbidity and mortality of age-related disease among minority and low socioeconomic status (SES) Americans. This is accomplished by the development and implementation of a clinical component through the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) study interdependent with a basic science laboratory component pursuing related hypotheses. Research participant samples and specimens are collected routinely during examinations performed daily as medico-legal documentation. Clinical lab testing and assay services are required. CONTRACTOR REQUIREMENTS The Contractor or Contractors shall provide support for clinical laboratory testing of research produced specimens. Contractors awarded under this requirement shall be responsible for performing pre-analytic processing, analysis, and result interpretation for clinical and anatomical pathology specimens as requested by Government Medical Treatment Facilities or Medical Centers, Clinical Unit Physicians and/or government healthcare access points or other clinics at the NIA. The successful contractor shall be required to furnish all the necessary services, qualified personnel, material, equipment, and facilities not otherwise provided by the Government to provide NIA Clinical Research participants. Specifically, the contractor shall perform the requirements described in the Scope of Work included as a separate attachment to this solicitation. GOVERNMENT RESPONSIBILITIES The Government will grant the contactor(s) access to any federal property locations when specimens are required to be picked up. NIA represents that it complies with all applicable federal, state, and local statues and regulations, government guidelines, any international research policies, such as Institutional Review Board (IRB) or Privacy Board approval informed consent, or authorization requirements appropriate to the research effort it is conducting relative to specimens tested under this Agreement. The Contracting Officer's Representative (COR) will be responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. Period of Performance: The period of performance is anticipated to begin June 1, 2014 through May 31, 2015 and contain the option to extend the term of the contract by an additional three (3) successive one-year optional performance periods. The total duration of any resulting contract to this solicitation shall not exceed four (4) years. Type of Contract: The type of contract anticipated for this requirement is a fixed price, indefinite delivery / indefinite quantity, type of contract. The government anticipates making multiple awards from this solicitation. Place of Performance: Contractor will be required to perform the work at a Contractor facility. Contractor shall not be required to work onsite at a Government facility, although contractor may be required to be granted access to federal building or locations. INSTRUCTIONS TO OFFERORS Offerors submitting a response shall include a proposal for providing reference clinical laboratory services as indicated in the Contractors' directory of services. The list of services may be modified. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Solicitation. Offerors may respond with a proposal indicating their ability to provide the technical requirements stated in this solicitation. Offerors MUST submit an itemized commercial price list that includes: test name, list price, and government discounted price. Offerors shall also include pricing for three (3) optional performance periods in their pricing response. TECHNICAL EVALUATION CRITERIA Responses from Offerors will be evaluated on showing an Understanding of the Requirements. The Offeror's technical approach shall indicate compliance with Contractor Requirements, and describe an essential understanding of the requirements involved in accomplishing the work. Qualifications and Past Performance: Criteria will include documented experience, background and successful past performance reflecting knowledge of work performed similar to this requirement. Pricing will be an unscored component of the evaluation. Responses from Offerors will be evaluated on best value in relation to pricing. Responses to this RFQ must be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). The technical proposal must not exceed 25 pages in length and the pages must be sequentially numbered regardless of the section or part, and must contain a header or footer to include the name of the contractor and the RFQ number. Pages in excess of the specified page limit will not be considered or evaluated. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than the response deadline specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA(SSSA)-CSS-14-203. Responses may be submitted electronically to Hunter.Tjugum@nih.gov. Facsimile responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at (301) 435-8780.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-203/listing.html)
- Record
- SN03359513-W 20140509/140507234500-927178790f4c98c94da718d8601a45f0 (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 |