Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
SOLICITATION NOTICE

B -- Clinical Genetic Research Services

Notice Date
2/13/2015
 
Notice Type
Presolicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
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-NOI-15-051
 
Archive Date
3/10/2015
 
Point of Contact
Paul C. Marsalese,
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a contract to Layla Kassem. The purpose of this contract will be for specialized contractor services that shall support clinical genetics research work as directed by the National Institute of Mental Health's (NIMH) Branch Chief. This will include continual improvement of the branceh's family volunteer recruitment effort and ascertainment stratgeies, performance of diagnostic assessments in the field, assisting the branch in the refinement of diagnostic procedures, and assisting the branch with collection of blood speciments from research volunteers. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541720 with a Size Standard of $20,500,000.00. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-78. STATUTORY AUTHORITY This acquisition is conducted under the procedures as prescribed in FAR subpart 13.5-Test Program for Certain Commercial Items and FAR subpart 12-Acquisition of Commercial Items at an amount exceeding the simplified acquisition threshold ($150,000) and not exceeding $6.5 million. DESCRIPTION OF REQUIREMENT The National Institute of Mental Health (NIMH), Intramural Research Program (IRP), Genetic Basis of Mood and Anxiety Disorders Section, within the Human Genetics Branch is a clinical genetics research program with both human-subjects and laboratory components. NIMH's leadership position in the field depends critically on recruitment of family study volunteers, competent performance of structured diagnostic assessments in the field, refinement of diagnostic procedures, and phlebotomy services for the collection of research specimens. The Genetic Basis of Mood and Anxiety Disorders Section has a requirement for contractor support services to work with special populations in the field to assist with family volunteer recruitment support, structured diagnostic assessments in the field, diagnostic procedure refinement support, and phlebotomy support. Anticipated Period of Performance: The anticipated period of performance for this firm fixed price contract will be one (1) twelve-month base period and two (2) twelve-month option periods. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Layla Kassem is the only vendor in the current market place that can provide the unique services required by the National Instute of Mental Health, Intramural Research Program (IRP), Genetic Basis of Modd and Anxiety Disorders Section, within the Human Genetics Branch. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sources sought notice was posted to FedBizOpps referencing the above detailed generic requirements and one response was received. Additionally, knowledgeable inviduals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor other than Layla Kassem which could meet the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. Therefore, only Layla Kassem is capable of meeting the needs of this requirement. The intended source is: Layla Kassem 4801 Connecticut Ave, NW #912 Washington, DC 20008-2209 DUNS: 611949947 APPLICABLE CLAUSES AND PROVISIONS FAR 52.212-4, Contract Terms and Condition - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items HHSAR 352.239-70, Standard for Security Configurations HHSAR 352.239-71, Standard for Encryption Language HHSAR 352.239-72, Security Requirements for Federal Information Technology Resources The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 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. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Paul Marsalese, Contract Specialist, at paul.marsalese@nih.gov. US Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-051/listing.html)
 
Record
SN03642424-W 20150215/150213234737-8e624dc0849e7e585ee5a9b4b61cc4dc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.