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