Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

B -- Cryopreservation of Transgenic Rat Lines for NIDA IRP

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-470
 
Archive Date
8/11/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisitions. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-470 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541690 with a Size Standard of $14 Million. SET-ASIDE STATUS This acquisition is NOT set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisitions. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated July 1, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The Optogenetics and Transgenic Technology Core (OTTC) at the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) was established for the purpose of developing technology to understand the contributions and connections of specific neurons in cognitive and behavioral functions related to addiction. Part of these efforts is the development of novel transgenic rats and viral vectors that serve as a versatile platform for understanding the cellular and molecular functions of neurons and glia in cognition, behavior and disease. An emphasis is placed on developing transgenic tools that will be generally useful to the scientific community and made available once published. Purpose The purpose of this requirement is to acquire cryopreservation for seventeen (17) novel transgenic rat lines. The NIDA OTTC facility has developed unique transgenic rats for understanding neuronal functions in rodent models of addiction and other neurological diseases. Cryopreservation service is necessary to protect the significant time and resource investment by the NIDA IRP to generate and characterize these animals which will be of a broad use to the scientific community. Project Requirements The NIDA OTTC possesses 17 transgenic rat lines that require cryopreservation service. Specifically, the Contractor must perform the following for the NIDA OTTC: 1. At direction from the NIDA OTTC Director or his designee, the contractor shall cyropreserve OTTC generated rat lines. 2. The contractor must be able to receive proven breeder males to breed heterozygous x wild type (WT) rats. 3. The contractor shall be responsible for breeding heterozygous (transgene carriers provided by NIDA) x wild type Long Evans rats to obtain embryos. The contractor shall be responsible for providing the wild type Long Evans rats. 4. The contractor shall collect a minimum of 250 embryos per transgenic line. 5. The contractor shall provide portion aliquots of embryos for every cryopreserved rat line immediately upon cryopreservation to the NIDA OTTC director located at 251 Bayview Blvd, Baltimore MD 21224. 6. The remainder of embryos shall be stored by the contractor for the period of performance of this requirement. 7. In the event of damage to contractor storage unit or facility, the contractor shall possess the capacity to store cryopreserved material in multiple backup facilities. Storage beyond the period of performance of this statement of work is not required. 8. The contractor shall re-derive lines in case of catastrophic damage to facility and/or loss of embryos. 9. The contractor shall provide a guarantee of recovery of cryopreserved animals in the event of loss or damage. 10. At the end of the requirement period of performance, the contractor shall return the stored embryos to the NIDA OTTC. 11. The contractor must provide guarantee that viable rats can generated from cryopreserved embryos. In the event that viable rates cannot be generated from the cryopreserved embryos, the contractor shall cover costs to recreate the transgenic rat line. Period of Performance The anticipated period of performance is twelve (12) months from date of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM). FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Approach The offeror shall provide its technical approach to performing the required tasks identified in this solicitation. 2. Factor 2: Corporate Experience The offeror shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Corporate experience must document the Offeror's ability to provide cryopreservation services to the NIDA OTTC. Experience must be specific to the cryopreservation of rats. Offerors shall include the following information for each contract or purchase order listed: Name of Contracting Organization Contract Number Contract Type Total Contract Value Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW Contract Period of Performance RESPONSE FORMAT 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 offeror must submit a technical response and a price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and should not exceed 5 pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-470. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-470/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03428617-W 20140719/140717235329-e7461aace1479c39e572e18fa3b0b1ca (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.