Biomarker Lab Tests on Plasma Samples
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, a... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is requested and a separate written solicitation will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. The solicitation number for this requirement is HU000119RT234 and is hereby issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 dated 13 August 2019 and Defense Publication Notice 20190820 dated 20 August 2019. Offerors must submit all questions concerning this solicitation in writing to the contract specialist by the date and time stated above. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. This requirement is being solicited as full and open competition. The North American Industry Classification System Code (NAICS) 541380 Testing Laboratories with a small business size standard of $15.0M. The basis of award is lowest price technically acceptable (LPTA). Requirement Description The Uniformed Services University of the Health Sciences' (USU) Graduate School of Nursing (GSN) has a requirement for biomarker lab tests on 352 plasma samples utilizing Luminex® bead based multiplex immunoassay and single molecule array technology (SIMOA) ultrasensitive assay platforms methodologies. See the Product Table. The purpose of the biomarker lab test service is to support GSN's study of "Vascular Effects of Cherry and Aroniaberry is U.S. Military and their Dependents." More specifically, the lab tests will help researchers evaluate the effects of cherry and aroniaberry on endothelial dysfunction, inflammation, vascular injury, oxidation, lipids, and multiomic profiles. Offeror must quote on all items to be eligible for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation. Offeror's quote should mirror the product lines in the table above. Offeror's may add lines to their quote if needed to account for additional charges. Delivery The vendor is required to provide report(s) to TBD via email at firstname.lastname@usuhs.edu no later than 90 days after samples are submitted. Response Offerors must submit their technical proposal and price proposal in separate files via email to Amanda Talley not later than the date and time specified above. The technical proposal must include a copy of the Offeror's licensure, permits and registration numbers for certification. FAX quotations will not be accepted. Quotes received after the response date and time will not be considered. Please reference the RFQ number in the subject line of email communications. Provisions and Clauses The following provisions and clauses apply to this acquisition and are incorporated by reference. Below please find links to view FAR and DFARS clauses: FAR: https://www.acquisition.gov/FAR/ DFARS: https://www.acq/osd.mil/dpap/dars/dfarspgi/current It is important to highlight the following provisions and clauses: • The provision at 52.212-1, Instructions to Offerors - Commercial Items. (DEVIATION 2018-O0018), applies to this acquisition and a statement regarding any addenda to the provision. • Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items--Alternate I, with its offer. • The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. • The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the checked/bolded FAR clauses cited in the clause are applicable to this acquisition; please see Attachment 1 for details. • The clause at 52.252-2, Clauses Incorporated by Reference (Feb 1998), is applicable to this acquisition. • The clause at 252.232-7006, Wide Area WorkFlow Payment Instructions, is applicable to this acquisition; please refer to Attachment 2 for details. Other Applicable Provisions 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.219-7 Notice of Partial Small Business Set-Aside (DEVIATION 2019-O0003) 52.219-9 Small Business Subcontracting Plan (DEVIATION) 2018-O0018 52.245-1 Government Property 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.211-7003 Item Unique Identification and Valuation 252.211-7007 Reporting of Government-Furnished Property 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Other Applicable Clauses 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »