Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

R -- Proteomic profiling of mice tissue

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-685
 
Archive Date
9/13/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation (CSS) 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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-(SSSA)-CSS-2016-685 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 not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Aging (NIA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Poochon Scientific, LLC, located at 8435 Progress Drive, Frederick, MD 21701 for proteomic profiling of mice tissue for the National Institute of Aging (NIA). This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. (iii.) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number / Effective Date: FAC 2005-89 / 07-14-2016. (iv.) The associated North American Industry Classification System (NAICS) code for this procurement is 541380 Testing Laboratories with associated business size standard $15,000,000. This requirement is released as full and open with no set aside restrictions. (v.) Poochon Scientific PROMIC platform analysis optimized sample preparation protocols on high-resolution Q-Exactive mass spectrometer, ThermoFisher Dionex Ultimate 3000 RSLCnano with PROMICPATH Pathway Analysis software. (vi.) Purchase description: Contractor shall provide the Laboratory of Genetics (LG), contained within the Intramural Research Program (IRP) at the NIA, support on current research involving the discovery of the impact of AUF1 on aging by using mass spectrometry-based technology. Analyses on the PROMIC platform that combines optimized sample preparation protocols with a high-resolution Q-Exactive mass spectrometer from Thermo Fisher - the Dionex Ultimate 3000 RSLCnano system. Contractor will use PROMICPATH Pathway Analysis software to purify functional protein samples and prepare protein into peptides compatible with mass spectrometry-based technology; perform liquid chromatography-mass spectrometry on the purified peptides; perform Peptide mass fingerprinting to derive the sequences of individual peptides; followed by quantification analysis to include analyses of post-translational modifications, pathway networks, and potential interactomes. Proteomic analysis will be conducted with tissue-specific Auf-1-null mice as compared to wild type mice. MEFs will be obtained from wild type (WT) and knockout (KO) mice to assess phenotypes. The Government estimates 2000 samples will be sent to the contractor for analysis. (vii) The anticipated Period of Performance is four months from September 1, 2016 through August 31, 2017. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include: (1) ability to meet the technical requirements stated in this presolicitation, (2) Past Performance: The offeror must submit with their proposal a list of the last three (3) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System (NAICS) Code. The Government is not required to contact all references provided by the offeror. (3) Price. The Government will evaluate offers for award purposes by making a price reasonableness determination. Offerors must submit historical pricing information essentially equal to a commercial item price list containing the price offered for the subject supply. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specifically, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 fixed unit pricing for sample analysis, 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. In addition the Dun & Bradstreet Number (DUNS), 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 responses must be received no later than the closing date and time specified in this announcement and reference number HHS-NIH-NIDA-SSSA-CSS-2016-685. Responses may be submitted electronically to hunter.tjugum@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation is Hunter Tjugum, Contract Specialist, at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-685/listing.html)
 
Record
SN04232094-W 20160821/160819234559-255d54b96959a74e84a49948c32891b2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.