Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
MODIFICATION

Q -- Proteomics experiments of canine blood samples - Biomarker List

Notice Date
12/1/2017
 
Notice Type
Modification/Amendment
 
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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-CSS-2018-031
 
Archive Date
12/26/2017
 
Point of Contact
Hunter A. Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
List of applicable biomarkers The purpose of this amendment is to add the list of applicable biomarkers. All other terms and provisions remain unchanged. (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 HHS-NIH-NIDA-CSS-2018-031 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold of $150,000.00. A Fixed-Price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-96 / 11-06-2017. (iv) The North American Industry Classification System (NAICS) code for this procurement is 541380 - Testing Laboratories with associated business size standard 15,000,000 Dollars. (v) Background The National Center for Advancing Translational Sciences (NCATS) was established to transform the translational process so that new treatments and cures for disease can be delivered to patients faster. The NCATS Division of Pre-Clinical Innovation (DPI) plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. DPI has a requirement to obtain contractor support to run proteomics experiments to identify up to 50 proteins present in the blood samples from 60 canines with various tumors and one to several control samples from canines with no tumor evident. One goal of this project is to discover diagnostic biomarkers for various cancers. Diagnosis is most easily done by taking blood samples and testing for cancer marker proteins, rather than using more invasive procedures such as extraction of tissue. We have identified 50 canine proteins specific to one or another of 5 canine studied cancer types from previous work. In order to determine if these proteins could have potential use as diagnostic biomarkers for the studied cancers, we need to determine if said proteins are present in blood extracted from dogs with the studied cancer types. Purpose and Objective: The purpose of this requirement is to identify the target proteins expressed in serum from each of the 60 canine blood samples. Product Description: See attached Statement of Work document. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order. Inspection and acceptance will be performed at NCATS, located at 9800 Medical Center Drive, Rockville, MD 20850. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Offerors should indicate an estimated delivery time in full after receipt of an order. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on a Tradeoff basis. The award will be made on a competitive best value basis, using "tradeoff" among price-cost and non-price-cost factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-price-cost proposal. In either case, a tradeoff will be conducted. The government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. Although technical factors are of paramount consideration in the award, cost or price is also important to the overall award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost or price. See source selection criteria located in the Statement of Work. Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: 52.227-14 Rights In Data-General, incorporated as an attachment. (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. See attached document as an appendix to 52.212-5. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The PRICE QUOTE shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. 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 and a price proposal. Offerors MUST submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-CSS-2018-031. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-CSS-2018-031/listing.html)
 
Record
SN04754918-W 20171203/171201231457-fd7cbf0ad0dd743edfa5f3317b0a5e78 (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.