|
Preclinical Services for HIV Therapeutics
General Information
Contracting Office Address
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
Description
Contract Award Date: DTD 101520
Contract Award Number: CNT 75N93021D00002
Contract Award Amount: AMT 107274471.00
Contract Line Item Number:
Contractor: TO ALCHEM LABORATORIES CORP Alachua FL USAA competitive multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract was awarded, as a total small business set-aside, with a seven year ordering period (October 15, 2020 through October 14, 2027). �It is anticipated that Task Orders issued against these contracts will most likely be cost-reimbursement, term/completion type Task Orders. �Upon analysis of the type of work and all associated costs involved, fixed-price type task orders are usually not feasible due to the absence of precise specifications and difficulties in estimating costs with accuracy. �Based upon the uncertainties involved, the Government would assume undue risk in attempting to fit relatively dynamic (science responsive and result-driven) requirement into a fixed-price environment. In these instances, fixed-price task orders would be disadvantageous to the Government, since they do not provide the Government with the flexibility that is needed to responsively and responsibly shift with the evolving needs of this requirement. �However, fixed-price Task Orders may be issued, where appropriate and feasible. The Contractor is eligible for Task Orders under Task Areas A, B, and E (Task Area B is a total small business set-aside). The award notice is in relation to Solicitation # 75N93019R00021, which was posted on https://beta.sam.gov.� �|**|TO ALCHEM LABORATORIES CORP Alachua FL USAA competitive multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract was awarded, as a total small business set-aside, with a seven year ordering period (October 15, 2020 through October 14, 2027). �It is anticipated that Task Orders issued against these contracts will most likely be cost-reimbursement, term/completion type Task Orders. �Upon analysis of the type of work and all associated costs involved, fixed-price type task orders are usually not feasible due to the absence of precise specifications and difficulties in estimating costs with accuracy. �Based upon the uncertainties involved, the Government would assume undue risk in attempting to fit relatively dynamic (science responsive and result-driven) requirement into a fixed-price environment. In these instances, fixed-price task orders would be disadvantageous to the Government, since they do not provide the Government with the flexibility that is needed to responsively and responsibly shift with the evolving needs of this requirement. �However, fixed-price Task Orders may be issued, where appropriate and feasible. The Contractor is eligible for Task Orders under Task Areas A, B, and E (Task Area B is a total small business set-aside). The award notice is in relation to Solicitation # 75N93019R00021, which was posted on https://beta.sam.gov.� �|**|TO ALCHEM LABORATORIES CORP Alachua FL USAA competitive multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract was awarded, as a total small business set-aside, with a seven year ordering period (October 15, 2020 through October 14, 2027). �It is anticipated that Task Orders issued against these contracts will most likely be cost-reimbursement, term/completion type Task Orders. �Upon analysis of the type of work and all associated costs involved, fixed-price type task orders are usually not feasible due to the absence of precise specifications and difficulties in estimating costs with accuracy. �Based upon the uncertainties involved, the Government would assume undue risk in attempting to fit relatively dynamic (science responsive and result-driven) requirement into a fixed-price environment. In these instances, fixed-price task orders would be disadvantageous to the Government, since they do not provide the Government with the flexibility that is needed to responsively and responsibly shift with the evolving needs of this requirement. �However, fixed-price Task Orders may be issued, where appropriate and feasible. The Contractor is eligible for Task Orders under Task Areas A, B, and E (Task Area B is a total small business set-aside). The award notice is in relation to Solicitation # 75N93019R00021, which was posted on https://beta.sam.gov.� �|**|TO ALCHEM LABORATORIES CORP Alachua FL USAA competitive multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract was awarded, as a total small business set-aside, with a seven year ordering period (October 15, 2020 through October 14, 2027). �It is anticipated that Task Orders issued against these contracts will most likely be cost-reimbursement, term/completion type Task Orders. �Upon analysis of the type of work and all associated costs involved, fixed-price type task orders are usually not feasible due to the absence of precise specifications and difficulties in estimating costs with accuracy. �Based upon the uncertainties involved, the Government would assume undue risk in attempting to fit relatively dynamic (science responsive and result-driven) requirement into a fixed-price environment. In these instances, fixed-price task orders would be disadvantageous to the Government, since they do not provide the Government with the flexibility that is needed to responsively and responsibly shift with the evolving needs of this requirement. �However, fixed-price Task Orders may be issued, where appropriate and feasible. The Contractor is eligible for Task Orders under Task Areas A, B, and E (Task Area B is a total small business set-aside). The award notice is in relation to Solicitation # 75N93019R00021, which was posted on https://beta.sam.gov.� �
Original Point of Contact
POC Patrick Finn, Phone: 2406695401, John R. Manouelian, Phone: 2406695152
Place of Performance
Address: Alachua, FL, USA , USA Link: SAM.gov Permalink
Bookmark This Notice
Print View
|
|