Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SOLICITATION NOTICE

Q -- Rabies Serology Proficiency Testing

Notice Date
8/28/2024 3:04:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D30124Q78216
 
Response Due
8/30/2024 10:00:00 AM
 
Archive Date
09/14/2024
 
Point of Contact
James Brown III, Eric Lyons
 
E-Mail Address
xvn8@cdc.gov, kpy2@cdc.gov
(xvn8@cdc.gov, kpy2@cdc.gov)
 
Description
Amendment 0001 is added to change the RFQ due date to 30 August 2024, 1:00PM EDT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is 75D30124Q78216 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. Description of Services: The Centers for Disease Control and Prevention (CDC) intends to award a cost reimburseable contract for a contracted laboratory to develop, distribute, and grade results from serum panels. The panels shall contain serum with several concentrations of rabies neutralizing antibodies and serum that does not contain neutralizing antibodies. The overall objective will be to aid in proficiency testing to laboratories across the world to allow the importation of dogs into the U.S. Performance objectives include: 1) The development of proficiency panels suitable for demonstrating laboratories that can detect rabies antibody titers. 2) Distribution of panels, receipt of results and grading the laboratory results. 3) Sharing the results with the CDC for the purpose of determining which laboratories should be added or removed from the list of laboratories that can test for importation purposes. Please provide a milestone payments/performance based payments chart that coincides with the Statement of Work / Deliverables to include any additional list of line-item number(s) and items, quantities, units of measure, options, if applicable: ITEM��SUPPLIES / SERVICES� � � � � � � � � � � � � � � � � � � � � � � �QTY / UNIT� � UNIT PRICE� �EXTENDED PRICE 0001� Serum Testing and Proficiency Testing Panels� (FFP)� �1 Job 1001� Serum Testing and Proficiency Testing Panels� (FFP)� �1 Job� � � � � (All work shall be performed in accordance with the attached Statement of Work (SOW)) Period of Performance: Base Year: 09/16/2024 - 09/15/2025 ���������������������������������������� Option Year 1: 09/16/2025 - 09/15/2026 Place of Performance: All contractor laboratory responsibilities shall be performed at the contractor laboratory, unless there is prior notification and review of the change. It is the offeror's responsibility to be familiar with the applicable clauses and provisions which can be found on the attachment labeled, 75D30124Q78216 _ Clauses and Provisions. Also, all clauses and provisions may be accessed via the Internet at www.acquisition.gov. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-05 (May 22, 2024). This acquisition is under North American Industry Classification System (NAICS) code 541380 with small business size standard of $19 million. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220. The following solicitation provisions apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and indicates the evaluation procedures to be used.� Offeror shall include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. The following contract clauses apply to this acquisition: The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. No telephonic quotes will be processed. Please use the attached Q&A spreadsheet for all questions submitted. Questions must be received no later than 12:00 P.M., EDT on 19 August 2024. Quotes must be received no later than 12:00 P.M., EDT on 28 August 2024. All questions and quotes must be sent to James Brown III at xvn8@cdc.gov by the prospective due dates. Attachments: 75D30124Q78216 Combined Synopsis/Solicitation 75D30124Q78216� Clauses and Provisions 75D30124Q78216 SOW 75D30124Q78216 Q&A Spreadsheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c47e3a79a70f4962ac80eb8c5ad79801/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07189785-F 20240830/240828230124 (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.