Federal Bid

Last Updated on 19 Jun 2014 at 8 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Assessing Biomarkers in Helminth Infections

Solicitation ID NOI-RML6-14010
Posted Date 20 May 2014 at 10 PM
Archive Date 19 Jun 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Bioproximity for Shotgun Proteomics of Serum Sample Sequencing and Analysis, in accordance with the format in Subpart 12.6, as applicable, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML6-14010.

 

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 dated April 29th, 2014. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Total Small Business Set-Aside.  The North American Industry Classification System (NAICS) code for this procurement is 541711 and the small business size is 500. The National Institute of Allergy and infectious Diseases (NIAID) has a need for Shotgun Proteomics of Serum Samples Sequencing and analysis as listed below. Bioproximity LLC is to complete the 50 samples provided by NIAID on shotgun proteomics of samples of Onchocerca origin (serum, urine, somatic extracts, excretory-secretory proteins & exosomes). Bioproximity will conduct Global Proteomic Profiling: 4 hrs LC-MS/MS on Q-Exactive Orbitrap, inclusive of sample prep, data analysis and relative quantitation profiling from the samples, and provide a detailed description of findings.

 

Please include any applicable shipping and handling charges in your quotation. FOB Point shall be Destination, Bethesda, MD. Delivery location is National Institute of Health, Bethesda, MD 20892.  The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; FAR 52-212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.247-34 FOB Destination; 52.204-7 System for Award Management; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26  Equal Opportunity ; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer – System for Award Management; HHSAR 352.222.70 Contractor Cooperation in Equal Employment Opportunity Investigations. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://www.sam.gov.   By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government.  Offers may be emailed to [email protected], at 903 South 4th Street Hamilton, MT 59840, mailed or faxed to the POC indicated above (Fax - 406-363-9288).  Offers must be submitted not later than 4:30 PM (MDST) 6/4/2014. Copies of the above-referenced clauses are available from http://www.acquisition.gov/far/loadmainre.html or upon request, either by telephone or fax.  All responsible sources who feel they can meet these requirements may submit an offer that will be considered by the Agency.  A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.

Bid Protests Not Available