Reference Clinical Laboratory Services

expired opportunity(Expired)
From: Federal Government(Federal)
75N95023Q00005

Basic Details

started - 07 Dec, 2022 (16 months ago)

Start Date

07 Dec, 2022 (16 months ago)
due - 21 Dec, 2022 (16 months ago)

Due Date

21 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
75N95023Q00005

Identifier

75N95023Q00005
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26931)NATIONAL INSTITUTES OF HEALTH (10892)NATIONAL INSTITUTES OF HEALTH NIDA (3127)

Attachments (8)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.(ii) The solicitation number is 75N95023Q00005 and the solicitation is issued as a request for quotation (RFQ).This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5— Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-08, with effective date October 28, 2022.(iv) The associated
NAICS code 541380 - Testing Laboratories and the small business size standard is $41.5 million. This requirement is full and open with no set-aside restrictions.(v) This requirement is for the following services:Reference clinical laboratory services for the National Institute on Aging (NIA) Clinical Unit.(vi) The purpose of this requirement is to obtain reference clinical laboratory services for the National Institute on Aging (NIA). The NIA recruits voluntary participants to take part in the various research protocol studies performed by the Clinical Research Core (CRC) staff. The NIA CRC requires reference clinical laboratory services that provide tests results of participant specimens, some required with a short turnaround time. The lab results must be provided with a short turnaround time because the test results determine which research tests may be performed safely on the participants. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in the attached Statement of Work (SOW).(vii) The Government anticipates award of a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for this acquisition, and the anticipated ordering period is 1/1/2023 - 12/31/2028.(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision)The following provisions apply to this acquisition and are incorporated by reference:FAR 52.204-7, System for Award Management (Oct 2018)FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021)HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause)The following clauses apply to this acquisition and are incorporated by reference:FAR 52.204-13, System for Award Management Maintenance (Oct 2018)FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached.HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)HHSAR 352.224-70, Privacy Act (December 2015)The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Oct 2022)FAR 52.216-18, Ordering (Aug 2020)FAR 52.216-19, Order Limitations (Oct 1995)NIH Invoice and Payment Provisions(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:a. Technical capability of the service offered to meet the Government requirement;b. Price; andc. Past performance [see FAR 13.106-2(b)(3)].Technical and past performance, when combined, are significantly more important than cost or price.A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.(xiv) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Price quotes must include a proposed maximum amount over the five year ordering period.The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.All quotations must be received by 11:00 A.M. Eastern, on December 21, 2022. and reference Solicitation Number 75N95023Q00005. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.govFax responses will not be accepted.

Brooklyn ,
 MD  21225  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Brooklyn

You may also like

DIAGNOSTIC REFERENCE LABORATORY TESTING SERVICES

Due: 18 Feb, 2025 (in 9 months)Agency: INDIAN HEALTH SERVICE

Clinical Laboratory Services for Cervical Cancer Screening

Due: 10 May, 2024 (in 13 days)Agency: Montgomery

REFERENCE CLINICAL LABORATORY TESTING AND ASSAY SERVICES FOR NIA'S HANDLS STUDY

Due: 23 Jul, 2024 (in 2 months)Agency: NATIONAL INSTITUTES OF HEALTH

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification