Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SPECIAL NOTICE

99 -- Notice of Intent to Award Sole Source to John Hopkins University

Notice Date
5/20/2020 1:18:45 PM
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
DEFENSE THREAT REDUCTION AGENCY (DTRA)
 
ZIP Code
00000
 
Solicitation Number
HDTRA120JHUCHS
 
Response Due
6/4/2020 1:00:00 PM
 
Archive Date
06/19/2020
 
Point of Contact
Ashtin J. Fountain, Phone: 5716166148
 
E-Mail Address
ashtin.j.fountain.civ@mail.mil
(ashtin.j.fountain.civ@mail.mil)
 
Description
Notice of Intent to Award a Sole Source Contract to the John Hopkins University Center for Health Security (JHU CHS), to implement strategic biosecurity dialogues between the U.S. and key partner countries in Southeast (SE) Asia. The Defense Threat Reduction Agency (DTRA) intends to negotiate and award a sole source contract to (JHU), an organization capable of implementing multiple strategic biosecurity dialogues between the U.S. and key partner countries in Southeast (SE) Asia (multilateral) and in India (bilateral). Both the multilateral SE Asia dialogue series and the bilateral U.S.-India dialogue series focus on important lessons learned and key solutions for biosecurity challenges, seeking to elevate findings to the highest levels of government, including formal government-to-government engagement. DTRA�s Biological Threat Reduction Program (BTRP) is engaged in a long- term cooperative relationship between the U.S. Government (USG) and key partner countries in SE Asia and India building significant and sustainable capabilities in the region. JHU CHS is a key component to ongoing dialogue series. JHU CHS is a culmination of expertise and partner relationships developed directly by their team, no other DTRA/BTRP specific resources would be capable for coordinating and holding the SE Asia and U.S.-India dialogue series. The period of performance contemplated for this effort is 48 months (24 month base and one 24 month option period).� DTRA anticipates the total price for this effort will not exceed $2M.� This requirement will result in a Firm-Fixed Price contract.� The North American Industry Classification System (NAICS) is 541690.� THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� Interested parties have fifteen (15) calendar days from the date of publication of the Synopsis, to submit in writing, to the identified point of contact, clear and convincing evidence of their qualifications and/or capabilities.� Such qualifications and/or capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis.� Responses received after fifteen (15) calendar days, or without the required information, will be considered non-responsive to this synopsis and will not be considered.� A determination by the Government not to conduct this effort as a full-and-open competitive procurement, based upon responses to this notice, is solely with the Government's discretion.� In the absence of qualified sources, a contract will be awarded under the Other than Full and Open Competition procedures, pursuant to 10 United States Code (U.S.C.) 2304(c)(1) or 41 U.S.C. 253(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source.� All inquiries must be submitted in writing to the address stated herein and to the attention of Ms. Ashtin Fountain, Contracts Specialist.� Response to this notice must be received by 4:00PM EST June 4, 2020.� Responses must include your business name, point of contact, address, and telephone number with area code.� Telephonic inquiries will not be accepted.� Responses may be emailed to ashtin.j.fountain.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07a56b94a18443d285925bda4f1cfbe1/view)
 
Record
SN05663853-F 20200522/200520230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.