Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

R -- Electron Microscopy Services for Ultrastructural Analysis of Skeletal Muscle Fibers

Notice Date
8/13/2015
 
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-2015-731
 
Archive Date
9/10/2015
 
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 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-2015-731 and the solicitation is issued as a combined synopsis solicitation notice of intent to award a contract on a non-competitive basis to the Universidad de Cordoba located at Avenida de Medina Azahara 5, Cordoba, 14071, Spain. 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 is NOT expected to exceed the simplified acquisition threshold. A fixed-price type contract is contemplated for this requirement. This non-competitive acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The non-competitive determination is based upon the fact that the Universidad de Cordoba located at Avenida de Medina Azahara 5, Cordoba, 14071 Spain is the only known source with the capability of providing the Electron Mmicroscopy Services for ultrastructural analysis of skeletal muscle fibers that includes tissue processing, visualization at the EM and pictures collection, quantitative evaluation using image analysis and the expert assessment of the ultrastructural modifications. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-1 dated July 2, 2015. (iv)The North American Industry Classification System (NAICS) code for this procurement is 541690 Other Scientific and Technical Consulting Services with associated small business size standard $15.0 million. (v)Electron Microscopy Services for Ultrastructural Analysis of Skeletal Muscle Fibers (vi)Background, purpose, and objectives: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator initiated research. The Experimental Gerontology Section in the Translational Gerontology Branch at the NIA, IRP has a potential requirement for follow on services to be completed as a follow on to services provided under the contract entitled "Electron Microscopy Services" for the ultrastructural analysis of skeletal muscle fibers of electron microscopy at the NIA, IRP. The Aging, Metabolism, and Nutrition Unit (AMNU) apply whole body physiological and tissue-specific molecular approaches to investigate effects of nutritional interventions on basic mechanisms of aging and age-related diseases. Mitochondria are organelles characterized for their highly dynamic structure, which relies on a controlled balance between biogenesis, fusion, fission, and mitophagy, resulting in alterations of mitochondrial ultrastructure under different physiological or pathological conditions. Aging and diet have a strong influence on mitochondrial physiology. However, the influence of these processes on the mitochondrial ultrastructure still requires further investigation. The contractor shall perform continuation of work under the existing contractor research support contract entitled "Electron Microscopy Services for the National Institute on Aging (NIA)." Scope of work: Independently and not as an agent of the Government, the contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government as needed to perform the Electron Microscopy Services for Ultrastructural Analysis of Skeletal Muscle Fibers as specified. Specifically, the contractor will be expected to process approximately 400 skeletal muscle samples for obtaining resin blocks for electron microscopy; ultramicrotomy; examination of sequential ultrathin sections and collection of micrographs at the electron microscope; quantitative evaluation of micrographs by image analysis techniques; expert scientific assessment of the ultrastructural modifications elicited in skeletal muscle by the particular experimental condition under examination. Results shall include ultrastructural (electron microscopy) mitochondrial alterations in skeletal muscle obtained from mice and human volunteers involved in different experimental interventions. Samples are derived from multiple age groups, different sexes, starting ages, compound concentrations, and diet interventions. The place of performance includes the contractor facilities as well as possible periodic onsite visits to Government facilities located at the NIA unit on the Johns Hopkins Bayview Medical Campus in Baltimore, MD. The Government will provide to the contractor approximately 400 skeletal muscle fiber samples for the contractor to perform the ultrastructural analysis. The government shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract and any other deliverables requested by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General", is hereby incorporated by reference and made a part of this contract. (vii)The anticipated period of performance is September 1, 2015 through August 31, 2016. (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. Technical and past performance when combined is significantly more important when compared to price. The following factors shall be used to evaluate offers: (1) Technical Approach, knowledge, and experience. (2) Key Personnel. Key personnel must have a Doctor of Medicine (MD) and/or Doctor of Philosophy (PhD) degree and a minimum of 20 years of demonstrable experience in the applicable of transmission electron microscope techniques with a high variety of biological specimens, originating from mammals; and (3) 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 offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. (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. 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. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. (x)The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (xi)The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii)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. (xiii)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. (xv)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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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. The price proposal shall be formatted as: Base Period, 12-months, September 1, 2015 through August 31, 2016. (a) Description: Electron Microscopy Services for Ultrastructural Analysis of Skeletal Muscle Fibers; (b) Quantity: 400; (c) List Price; (d) Unit Price; (e) Total Amount; and (f) Shipping and Handling Costs. 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." This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 26, 2015 at 4:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2015-731. Responses may be submitted electronically to Hunter.Tjugum@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Hunter Tjugum. Fax 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) 435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2015-731/listing.html)
 
Record
SN03837754-W 20150815/150813235800-dc07c582bb92b3f6ab6b724a115bc189 (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.