Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

Q -- Testing Samples using Inflammation and Cardiometabolic Panels - Supporting docs

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CP82525-24
 
Archive Date
4/10/2018
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
kimesha.leake@nih.gov, reyes.rodriguez@nih.gov
(kimesha.leake@nih.gov, reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 sample task order Sample Task order Evaluation Criteria SF 1449 Parent SOW Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E134, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02CP82525-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-97 (January 2018) simplified procedures for commercial items. Only one award will be made as a result of this solicitation. This will be awarded as an Indefinite Delivery, Indefinite Quantity type contract with firm fixed price task orders issued as needed. SEVERABLE SERVICES The services acquired under this contract are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. MINIMUM AND MAXIMUM QUANTITIES (IDIQ) During the contract period, the Government shall place orders totaling a minimum of 882 samples. This reflects the contract minimum for the entire period of performance, including any options. The contract maximum for the entire period of performance, including any options, shall be for the placement of orders totaling a maximum of $440,000.00. The Period of performance of the resulting IDIQ award shall consist of two-year ordering period from date of award. I. Description of Requirement The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG) plans to procure services that enable test samples to be analyzed using inflammation and cardiometabolic panels. The mission of DCEG is to conduct broad-based, high quality, high impact research to uncover the causes of cancer and the means of its prevention. DCEG maintains a national and international perspective, giving priority to emergent issues identified through epidemiologic, clinical, and laboratory observations, as well as to public health concerns identified by the NCI, Congress, regulatory agencies, and other appropriate bodies. The Division develops research resources and strategic partnerships in molecular epidemiology across NCI, NIH, and the global research community. The Division holds as its top priority the training and development of the next generation of scientists in cancer epidemiology and related fields. Two major risk factors for hepatocellular cancer (HCC) are hepatitis B virus (HBV) and hepatitis C virus (HCV). Although HBV and HCV are well-known causes of HCC, most people with HBV or HCV infection do not develop HCC. Immune response to these infections is a critical determinant of who will develop HCC and who will not. Although great strides have been made in understanding immune responses to HBV and HCV, this knowledge is based largely on experimental or clinical studies in a small number of patients. For example, studies in chimpanzees have shown that innate interferon responses are activated early in HCV infection, while adaptive immune responses are delayed, weak, and ineffective. In contrast, HBV infection does not elicit a strong innate response but does induce a strong adaptive immune response. Studies evaluating immune-related markers and their relation to HCC in HBV and HCV infected individuals have not been conducted on a population level, however. Investigating how markers of immune response are associated with the development of HCC in human populations will increase our comprehension of the inflammatory mechanisms involved in hepatocellular carcinogenesis. Two cohorts in Taiwan, the Risk Evaluation of Viral Load Elevation and Associated Liver Disease/Cancer (REVEAL)-HBV and REVEAL-HCV cohorts offer an excellent opportunity to evaluate how inflammation related to HBV and HCV is associated with the development of HCC and how the inflammatory patterns of HBV-related HCC to HCV-related HCC are similar or different. II. Objectives The NCI hypothesizes distinct immune-related markers will be associated with HCC and that the inflammatory profile will differ between HBV- and HCV-related HCC. The NCI will conduct a case-control analysis including all individuals who developed HCC and an equal number of controls who either developed cirrhosis but not HCC or neither cirrhosis nor HCC, as summarized in Table 1, along with 32 QC samples (~3%). Participants who developed cirrhosis and chronically infected controls will be frequency matched to HCC cases on age (5-year age groups), sex, follow-up time +/-2 years, previously and high HCV-RNA-positive rate for REVEAL-HCV). All samples (N=1178 samples) have already been aliquoted on 96-well plates and are currently at the NCI repository used or unused sample, and viral load (HBV copies/mL <104 or ≥104 for REVEAL-HBV and low, medium, and high HCV-RNA-positive rate for REVEAL-HCV). III. SCOPE The NCI would like testing up to 1178 samples using inflammation and cardiometabolic panels (N=184 markers). The potential Contractor must complete the testing in 4-7 week timeframe for each task order issued. The Contractor shall have the capability to test for approximately 1000 proteins with sample volume of 1μL per panel. IV. Contractor Requirements/and personnel qualifications The Contractor shall perform the following tasks: Task 1. Cardiometabolic analysis (N=184 markers) and delivery of test results: minimum number of samples 882 - maximum number of samples 1178. Task 2. Inflammation analysis (N=184 markers) and delivery of test results: minimum number of samples 882 - maximum number of samples 1178. Residual samples will be returned to NCI. NCI will arrange shipment of these samples to and from the Contractor. Delivery of test results will be in an electronic encrypted file sent to the Contractor Officer Representative (COR). V. Place of Performance At the Contractor's facility. VI. Report(s)/Deliverables and Delivery Schedule DELIVERABLE DELIVERABLE DESCRIPTION Task 1 Cardiometabolic analysis (N=184 markers): minimum number of samples 882 - maximum number of samples 1178 Task 2 Inflammation analysis (N=184 markers): minimum number of samples 882 - maximum number of samples 1178 VII. Delivery The Contractor shall deliver result reports to the NCI COR within 4-8 weeks of sample receipt identified in Section TBD and shall be marked as follows: 1. Name and address of the Contractor; 2. Contract Number; 3. Description of item contained therein; and 4. Consignee's name and address. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (November 2017) - with Addenda [Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Unique Entity Identifier (October 2016)] FAR 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (November 2017). The Contractor shall comply with the FAR clauses in this paragraph that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR 52.219-8, Utilization of Small Business Concerns (Nov 2016) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sept 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (FEB 2016) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-54, Employment Eligibility Verification (OCT 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) FAR 52.216-18 ORDERING (OCT 1995) As prescribed in 16.506(a), insert the following clause: Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through the end of the period of performance. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) As prescribed in 16.506(b), insert a clause substantially the same as follows: Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 882 samples, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of 1178 samples; (2) Any order for a combination of items in excess of 1178 samples; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _30__ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) As prescribed in 16.506(e), insert the following clause: Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after TBD. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Quotation Submission / Instructions FAR 52.212-1, Instructions to Offerors-Commercial Items (January 2017) FAR 52.212-2, Evaluation - Commercial Items (October 2014) The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 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. The following factors shall be used to evaluate offers: 1. Technical and Management Approach (60 points) 2. Corporate Capabilities and Past Performance (20 points) 3. Experience and Expertise of Staff (20 points) 4. Cost/Price All evaluation factors other than cost or price when combined, are significantly more important than price. 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. Additional Submission Instructions The quote must be prepared in two SEPARATE volumes: Volume I - "Technical Volume" and Volume II - "Price/Business Volume". Each of these parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the other. The Request for Quotation (RFQ) number should be included on the front cover of each volume. Your quote must stipulate that it is predicated upon all the terms and conditions of this RFQ and signed by an official authorized to bind your organization. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt thereof by the Government. This RFQ does not commit the Government to pay any of the costs associated with the preparation and submission of your quote. In addition, the Contracting Officer is the only individual authorized to legally commit the Government to the expenditure of public funds in connection with this requirement. By submitting a quote in response to this solicitation, it is understood that your quote shall become a part of the official contract file. Questions Questions relating to this acquisition shall be submitted to Contracting Officer, Kimesha Leake, via email at Kimesha.leake@nih.gov no later than 12:00 PM EST on March 16, 2018. All email inquiries shall have "Question - Solicitation # N02CP82525-24" included in the subject line. Submission Deadline Quotes are due no later than 5:00 PM EST on Monday, March 26, 2018 to Contracting Officer, Kimesha Leake, via email at Kimesha.leake@nih.gov. All quotation submissions shall have "Quotation - Solicitation # N02CP82525-24" included in the subject line. Evaluation and award will be conducted in accordance with the requirements of FAR 13.106. The Government does not anticipate requesting revisions to quotes, so Quoters should provide their best solution and price in response to the Solicitation. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical quote, or clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all Quoters. The Government will not be conducting "discussions" as defined in FAR Part 15. The technical volume must not contain references to price; however, resource information, such as data concerning labor hours and categories, materials, etc., must be contained in the technical volume so that the Respondent's understanding of the scope of work may be evaluated. Quoters must provide clear responses, including objectives and outcomes, to each task addressing the work to be performed in the SOW. The technical volume must reflect a clear understanding of the nature of the work being undertaken. Quotes which merely offer to conduct a project in accordance with the Government's requirements will not be eligible for award. The Government will evaluate the Quoter's price for all items/services proposed. Quotations will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contracting Officer at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's System for Award Management (SAM) through sam.gov. Quotations must be received in the NCI-OA Contracting office by March 26, 2018. Please refer to solicitation number N02CP82525-24 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contracting Officer at Kimesha.leake@nih.gov All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CP82525-24/listing.html)
 
Record
SN04851307-W 20180314/180312231424-5d7531088280611bbce44be344e591c8 (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.