Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

66 -- DNA Saliva Collection Kits

Notice Date
8/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-2015-756
 
Archive Date
9/8/2015
 
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
Total Small Business
 
Description
(i)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; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2015-756 and the solicitation is issued as a Request for Quotation (RFQ) on a restricted basis as a total set-aside for small businesses. 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 NOT expected to exceed the simplified acquisition threshold. A fixed-price type contract is contemplated for this requirement. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-1 dated July 2, 2015. (iv)The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 500 employees. (v)DNA Saliva Collection Kits (vi)Background: The Intramural Research Program (IRP) in the National Institute on Aging (NIA) at the National Institutes of Health (NIH) is comprised of nine scientific laboratories, the Translational Gerontology Branch, and ten core facilities. The research program has three main focus areas: Neuroscience, Aging Biology and Translational Gerontology. IRP scientists conduct research in many different disciplines that range from basic science to clinical research and epidemiology. Medical problems, which typically affect older persons, are studied in depth using the tools of modern laboratory and clinical research, with a translational perspective. The central focus of NIA's research understands age-related changes in physiology and the ability to adapt to environmental stress. This understanding is then applied to developing insight about the pathophysiology of age-related diseases. The program seeks to understand the changes associated with healthy aging and to define the criteria for evaluating when changes should be considered pathologic and require treatment. Thus, in addition to study common age-related diseases, such as Alzheimer's disease, Parkinson's disease, stroke, atherosclerosis, osteoarthritis, diabetes and cancer, we also explore the determinants of healthy aging as possible targets for interventions aimed at improving health and quality of life in the older population at large. Purpose and Objective: The goal of this procurement is to purchase DNA saliva kits for use in the clinical research initiatives of the NIA. Purchase Description: The government's essential features of the DNA saliva kits are as follows: (1) Product must have ability to collect DNA samples through a self-collection kit, which is designed to enable researchers to collect reliable saliva samples; (2) Product must yield high-quality, high-quantity DNA from a saliva sample; (3) Product must be optimized to preserve and stabilize saliva samples for long-term storage at room temperature without DNA degradation; (4) DNA saliva collected should be equivalent to DNA from blood; and (5) Kits must be able to stand alone on a flat surface (desk or table top) on their own without the risk of falling over or spilling contents (vii)Anticipated performance: The period of performance is a 12-month base period from September 1, 2015 through August 31, 2016, with four (4) 12-month option periods through August 31, 2020. Delivery requirements: Contractor shall possess and indicate the ability to deliver a minimum of 80 DNA Saliva kits on a monthly basis requirement to a maximum of 1,000 annually to the government facility located at: 251 Bayview Blvd, Baltimore, MD 21224. Inspection and acceptance of subject deliveries will be performed by a government official at this designated site. The contractor shall confirm when order has been placed by the COR and provide an estimated delivery time to the COR or delegated individual via email when request is received, processed and shipped. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (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. Technical and past performance when combined is significantly more important when compared to price. The following factors shall be used to evaluate offers: (1) Technical Specifications. (2) Past Performance The offeror must submit with their proposal a list of the last three (3) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance.; and (3) Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors may respond with a quotation indicating their ability to provide the technical specifications stated in this solicitation. Pricing proposals shall indicate the unit price of the supplies specified in this solicitation, including shipping cost and estimated time of delivery after receipt of order. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. (x)The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (xi)The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-4 Evaluation of Options Exercised at Time of Contract Award (June 1988); 52.217-5 Evaluation of Options (July 1990); (c) 52.217-6 Option for Increased Quantity (Mar 1989); and (d) 52.217-9 Option to Extend the Term of the Contract (March 2000). (xii)The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. The price proposal shall be formatted as follow: (1)Base Period, 12-months, September 1, 2015 through August 31, 2016. (a) Description: DNA Saliva Kit; (b) Quantity: 1,000; (c) List Price; (d) Unit Price; (e) Total Amount; and (f) Shipping and Handling Costs. (2)Option Period One (1), 12-months, September 1, 2016 through August 31, 2017. (a) Description: DNA Saliva Kit; (b) Quantity: 1,000; (c) List Price; (d) Unit Price; (e) Total Amount; and (f) Shipping and Handling Costs. (3)Option Period Two (2), 12-months, September 1, 2017 through August 31, 2018. (a) Description: DNA Saliva Kit; (b) Quantity: 1,000; (c) List Price; (d) Unit Price; (e) Total Amount; and (f) Shipping and Handling Costs. (4)Option Period Three (3), 12-months, September 1, 2019 through August 31, 2020. (a) Description: DNA Saliva Kit; (b) Quantity: 1,000; (c) List Price; (d) Unit Price; (e) Total Amount; and (f) Shipping and Handling Costs. (5)Option Period Four (4), 12-months, September 1, 2020 through August 31, 2021. (a) Description: DNA Saliva Kit; (b) Quantity: 1,000; (c) List Price; (d) Unit Price; (e) Total Amount; and (f) Shipping and Handling Costs. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 August 24, 2015, 4:30 PM, Eastern Time, as specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2015-756. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. 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-2015-756/listing.html)
 
Record
SN03837645-W 20150815/150813235704-4ac7976cb401483a3809027a083956f8 (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.