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 -- Lipid Profiling Services to Inform NCATS Compound Probe Development

Notice Date
8/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-15-691
 
Archive Date
9/5/2015
 
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
Lipid Profiling Services to Inform NCATS Compound Probe Development HHS-NIH-NIDA-SSSA-CSS-15-691 Competitive Combined Synopsis Solicitation INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-691 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 541990 with a Size Standard of $14 Million. SET-ASIDE STATUS This acquisition is not set aside 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 Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and 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 2005-83, dated August 5, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background: The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) Thymine Team has three on-going probe development projects for compounds that inhibit Th17 cell differentiation and restore lipid storage in Neumann-Pick C and Gaucher disease. In common for these three projects is that compounds appear to be regulating cellular lipid homeostasis. It is therefore critical to quantitate the effect of the compounds being developed on the cellular levels of different lipids to better understand the mechanism of action and improve their activity. The Government therefore requires commercial lipid profiling service so that the Government may use commercially identifiable information to inform future NCATS research efforts. Purpose and Objectives for the Procurement: The purpose of this requirement is to acquire commercial contractor services to analyze the cellular lipid profiles pre- and post- NCATS-testing of several compounds being developed for three projects: Th17 differentiation, Neumann-Pick, C and Gaucher diseases. This requirement constitutes a request for commercial cellular lipid profiling to identify commercially identifiable information. Project Requirements: The Contractor shall perform cellular lipid profiling for three NCATS projects as detailed below. Task A: Commercial Lipid Profiling of Cells in a Model of Niemann Picks C Syndrome 1. The Contractor shall determine the lipid profile of cells in a model of Niemann Picks C Syndrome. This commercial profiling service shall be performed on sample cells provided by NCATS. The sample cells will include cell both with and without exposure to experimental drug using. There shall be 10 million cells per sample and 16 samples. Task B: Commercial Lipid Profiling of Cells in a Cholesterol Metabolism Panel 1. The Contractor shall determine the lipid profile of cells in a Cholersterol Metabolism Panel and a Cholesterol Ester Panel. Specifically, the contractor shall provide commercial profiling service identifying zymosterol as an integrated marker in the Cholesterol Metabolism panel and identifying cholesterol ester in the Cholesterol Ester Panel. This commercial profiling service shall be performed on sample cells ad tissue provided by NCATS. The sample cells and tissue will include cells both with and without exposure to experimental drug using. There shall be 10 million cells per sample and 16 samples of the Cholesterol Metabolism Panel and 100 mg of tissue per sample and 24 samples for the Cholesterol Ester Panel. Task C: Commercial Lipid Profiling of Cells in a Model of Gauche Syndrome 1. The Contractor shall determine the lipid profile of cells in a model of Niemann Picks C Syndrome. This commercial profiling service shall be performed on sample cells provided by NCATS. The sample cells will include cell both with and without exposure to experimental drug using. There shall be 10 million cells per sample and 12 samples. Government Furnished Property: For each of the three task areas requiring lipid profiling services, the Government shall provide the successful offeror with frozen cell pellets (of between 25 and 100 million cells each) or tissue, in samples both untreated and treated with several compounds being developed at NCATS. The cell pellets will be provided by the Government with supernatant removed from the isolated cell pellet, the pellets shall be washed to ensure residual media is completely removed, and the cell pellets shall be flash-frozen in liquid nitrogen. The cell pellets shall be sent in 2.0 ml round bottom Eppendorf tubes. Delivery Requirements/Period of Performance: Delivery of results and a final report shall be made within four (4) weeks following contractor receipt of samples from the Government. The final report, to include a Word document, a Powerpoint presentation and an Excel spreadsheet detailing results, will outline the lipid profiling procedure used, Metabolite Summary and identification of Significantly Altered Biochemicals, profiling results, and an appendix detailing the commercial profiling methods used. This report shall cover all three task areas. CONTRACT TYPE A firm fixed price purchase order with NET30 invoicing terms is anticipated. APPLICABLE CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors shall be considered more important than price. Factor 1: Technical Approach: The Government shall evaluate the Contractor's proposed approach to lipid profiling per the requirements of this solicitation. The Government shall specifically evaluate for effectiveness and efficiency of proposed processes. Factor 2: Delivery: The Government shall evaluate for Contractor ability to complete the required services within or in less time than the required period of performance. Factor 3: Corporate Experience: The Contractor shall be evaluated for relevant experience performing similar commercial services. The offeror shall provide a list of two (2) contracts completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Experience must be specific to cell lipid profiling services. 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 separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to 10 single sided 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." NOTE 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-691. 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-15-691/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03838681-W 20150815/150814000718-a3d01f4ced8f796e73e2d5db9b378265 (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.