Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1998 PSA#2097

National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room 6100, MSC 7902, Bethesda, MD 20892

B -- SPECIAL STUDIES AND ANALYSIS SOL NHLBI-PS-98-279 DUE 052998 POC Cecilia D. Morales, Purchasing Agent (301)435-0369, Debra C. Hawkins, Chief, Procurement Section, (301)435-0366 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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. The solicitation number NHLBI-PS-98-279, and is issued as Request For Quotation (RFQ). This solicitation includes all applicable provisions and clauses in effect through the Federal Acquisition Circular 97-03. This is a small business set aside. The standard Industrial Classification (SIC) code is 8734, Size Standard $5.0M. The services to be acquired is for a period of twelve (12) months, for approximately one thousand (1000) Simian and Rodent Serology Diagnostic tests, including Macaque Antibody Profile and SRV Viral Isolations. Scope of work: The contractor must provide qualified personnel, materials, equipment, facilities and services to perform the tests. Specifications: The testingwill occur on a regular basis, including Government holidays, however, special requests may be needed. The test samples are fresh, packed on dry ice and they must be picked up by the contractor from the National Institutes of Health (NIH) Animal Center, transferred to the testing facility, and tested within four (4) hours of telephone request. The test samples must be handled and transported safely. All tests results must be provided to the NIH facility by facsimile transmission within a twenty-four (24) hours period, and the original copies of the test results must be mailed to the NIH facility within one (1) week. The Contractor must be able to provide test results on an emergency basis (less than 24 hours) at the investigator's requests. Many diseases are zoonotic and the results must be received within the time frame to protect employees as well as animals. The Contractor must 1) have a qualified clinical pathologist and a medical technologist as a permanent staff; 2) Be experienced in handling nonhuman primate samples and interpreting the results; and 3) Have a strong quality control and quality assurance program. The Contractor must have a favorable past performance evaluation. The animal samples shall be tested on the following: 1) MOUSE SEROLOGY: IFA Clostridium Piliforme (Tyzzer's), ELISA Car Bacillus (CARB), ELISA Ectromelia Virus (Ectro), IFA Encephalitozoon cuniculi (E. Cun), ELISA Epizootic Diarrhea of Infant Mice (EDIM), ELSA Hantaan Virus, Screen Hantavirus Screen (Hantaan, Puumala, CC107NP0, IFA Helicobacter spp, ELISA Lymphocytic Choriomeningitis Virus (LCM), HI K Virus, ELISA Mouse Adenovirus (M.Ad-FL), IFA Mouse Adenovirus (M.Ad-k87), ELISA Mouse Hepatitis Virus (MHV), IFA Mouse Thymic Virus (MTV), IFA Murine Cytomegalovirus (MCMV), ELISA Mycoplasma arthritidis (M.pul) Parvovirus, HI Minjute Virus of Mice (MVM), IFA Mouse Parvovirus (MPV), IFA MVM/MPV differentiation, ELISA Pneumonia Virus of Mice (PVM), HI Polyoma Virus, ELISA Reovirus (Reo) (to detect Reo 1,2 and 3), ELISA Sendai Virus (Sendai) and ELISA Theilers's Mouse Encephalomyelitis Virus (TMEV/GDVII). 2) MOUSE PROFILES: Mouse Level I Antibody Profile, 8 agents, for the most commonly encountered infectious agents of the laboratory mouse: EDIM, GDVII, MHV, M.pul., MPV,MVM,PVM, Sendai; Mouse Intermediate Antibody Profile, 10 agents, CARB, EDIM, GDVII, LCM, MHV, M.Pul., MPV, MVM, PVM, Sendai; Mouse Level II Complee Antibody Profile, 16 agents, CARB, Ectro, EDIM, GDVII, LCM, M. Ad-Fl, M. Ad-K87, MCMV, MHV, M.pul., MPV, MVM, Polyoma, PVM, Reo, Sendai. 3) RAT SEROLOGY: IFA Clostridium Piliforme (Tyzzer's), ELISA Car Bacillus (CARB), IFA Encephalitozoon Cuniculi (E. Cun.), HI H-1 Virus, Screen Hantavirus Screen (Hantaan, Seoul), IFA Helicobacter spp., HI Kilham Rat Virus (KRV), IFA Lymphocytic Choriomeningitis Virus (LCM), IFA Mouse Adenovirus (M>Ad-Fl), IFA Mouse adenovirus (M>Ad-k87), ELISA Mycoplasma arthritidis (M.arth), ELISA Mycoplasma pulmonis (M.pul), IFA Parvovirus (detects KRV, H-1, RPV), ELISA Pneumonia Virus of Mice (PVM), ELISARat Coronavirus/Sialodacryoadenitis Virus (RCV/SDA), IFA Rat Cytomegalovirus (RCMV), IFA Reovirus (Reo) (to detect Reo 1,2, and 3), ELISA Sendai Virus (sendai) and IFA Theiler's Mouse Encephalomyelitis Virus (TMEV/GDVII). 4) RAT PROFILES: Rat Level I Antibody Profile 8 agents, for the most commonly encountered infectious agents of the laboratory rat: CARB, H-1, KRV, M.pul., Parvovirus, PVM, RCV/SDA, Sendal; Rat Level II Complete Antibody Profile 10 agents: CARB, H-1, KRV, LCM, M.pul., Parvovirus, PVM, RCV/SDA, Reo, Sendai; Orphan Parvovirus Profile Parvo by IFA, KRV and H-1 by HI. 5) GUINEA PIG SEROLOGY: IFA Lymphocytic Chroriomeningitis Virus (LCM), ELISA Pneumonia Virus of Mice (PVM), ELISA Reovirus (Reo) (To detect Reo 1,2, and 3), ELISA Sendai Virus (Sendai), IFA Simian Paramyxovirus Type 5 (SV5) and IFA Encephalitozoon cuniculi (E. Cun.). 6) GUINEA PIG PROFILE: Five (5) agents, LCM, PVM, Reo, Sendai, SV5. 7) HAMSTER SEROLOGY: IFA Lymphocytic Choriomeningitis Virus (LCM), ELISA Pneumonia Virus of Mice (PVM), IFA Reovirus (Reo) (to detect Reo 1,2, and 3), ELISA Sendai Virus (Sendai), and IFA Simian Paramyxovirus Type 5 (SV5). 8) HAMSTER PROFILE: 5 agents, LCM, PVM, Reo, Sendai and SV5. 9) RABBIT SEROLOGY: IFA Bordetella Bronchiseptice (B. Bron), IFA Encephalitozoon cuniculi (E.cun), IFA Clostridium piliforme (Tyzzer's), IFA CAR Bacillus (CARB) and MHA Treponema cuniculi (T.cun) (Microhemagglutination assay). 10) RABBIT ANTIBODY PROFILE: 4 agents, E.cun, Tyzzer's, CARB, T.cun. The provisions of FAR clause 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition. The Provision of FAR Clause 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. Quotations will be evaluted on Corporate Experience, Experience and Qualifiction of Personnel, Technical Approach, Past Performance, and price. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer. The provisions ofFAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, apply to this acquisition. The offeror must provide two (2) copies of the proposal and two (2) copies of the commercial price list as part of the quotation. FAR clause 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items -- Deviation for Simplified Acquisitions, applies to this acquisition. Interested vendors capable of furnishing the government with the services specified in this synopsis should submit a proposal/quotation to the below address. The proposal/quotation shall consist of a detailed work plan indicating how the statement of work is to be accomplished. The technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. The technical proposal must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of important events or tasks. A proposal/quotation which merely offer to conduct a program in accordance with the requirements of the Government's scope of work will not be eligible for further consideration. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. The proposal/quotation responses are expected to be brief (approximately five (5) pages in length or less). The suggested outline for the technical discussion is as follows: (1) Statement of Work, which shall include; (a) Objectives. State the overall objectives and the specific accomplishments you hope to achieve. Indicate the rationale for your plan, and relationship to comparable work in progress elsewhere. Review pertinent work already published which is relevant to this project and your proposed approach. This should support the scope of the project as you perceive it. (b) Approach. Discuss the possible or probable outcome of approaches proposed. (c) Methods. Describe in detail the methodologies you will use for the project, indicating your level of experience with each, areas of anticipated difficulties, and any unusual expenses you anticipate. (d) Schedule. Provide a schedule for completion of the work and delivery of items specified in the statement of work. Performance or delivery schedules shall be indicated for phases or segments, as applicable, as well as for the overall program. Schedules shall be shown in terms of calendar months from the date of authorization to proceed or, where applicable, from the date of a stated event, as for example, receipt of a required approval by the Contracting Officer. Unless the request for quotations indicates that the stipulated schedules are mandatory, they shall be treated as desired or recommended schedules. In this event, proposals based upon the offeror's best alternative schedule, involving no overtime, extra shift or other premium, will be accepted for consideration. (2) Personnel. Describe the experience and qualifications of personnel who will be assigned for direct work on this project. Information is required which will show the composition of the task or work group, its general qualifications, and recent experience with similar equipment or programs. The proposal/quotation shall also include your itemized commercial price list, prompt payment discount terms, and Dun & Bradstreet Number (DUN's). The quotation must reference "Request for Quotation" number NHLBI-PS-98-279. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis by 3:00 p.m. E.T. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood, Institute, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia D. Morales, Purchasing Agent, Fax number (301)480-3345. Fax quotations will only be accepted if dated and signed by an authorized representative. (0133)

Loren Data Corp. http://www.ld.com (SYN# 0009 19980518\B-0002.SOL)


B - Special Studies and Analyses - Not R&D Index Page