SOLICITATION NOTICE
B -- Biomedical Engineers and 2 novel BioMEMS-670
- Notice Date
- 9/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering 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-15-670
- Archive Date
- 9/26/2015
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Solicitation Number for this acquisition is HHS-NIH-NIDA-SSSA-CSS-15-670 and the solicitation is being issued as a Request for Proposal (RFP). THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. SET ASIDE STATUS This is an unrestricted solicitation. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The North American Industry Classification System (NAICS) Code for this procurement is 541330( Engineering Services) and the Small Business Size Standard is $15.0 million. 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 he National Institute on Drug Abuse (NIDA), Intramural Research Program (IRP), engages in multi-disciplinary research at the molecular, cellular, animal, and clinical levels. The research program strives to conduct cutting edge research on the basic mechanisms that underlie drug addiction and treatment with the ultimate goal of translating this knowledge into improved strategies for preventing, treating and reducing the negative consequences of drug addiction. Objectives The objective of this contract is to provide NIDA IRP with the facility support of two biomedical engineers who have access, at minimum, to an ISO Class 5 Clean Room (ISO 14644-1 Cleanroom Standards) to collaborate with NIDA IRP investigators in the production of two novel bioMEMS (biomedical microelectromechanical systems) that are relevant to clinical and animal research. General Requirements Independently, and not as an agent of the Government, the contractor shall furnish all necessary labor, materials, supplies, equipment, and services (except as otherwise specified herein) and perform the work set forth below. The Government Project Officer will monitor all work associated with this purchase order. The Period of Performance is 12 months from the date of award. Statement of work and Specific Requirements Device 1: Real-Time Detection of Drug Use and Relapse Risk Fabrication of a wearable device that through direct analysis in real-time of sweat can detect cocaine and heroin use while concurrently detecting the risk for drug use via monitoring automatic physiologic responses to events that trigger drug use. Contractor must provide at 20 devices. The contractor shall provide a thin sticker-type sensor that can be applied by laboratory staff during semi-weekly visits, or applied by the individual participants themselves on a daily basis. The device should be capable of drug detection in 4 to 6 hour increments, spaced evenly throughout the day. In particular, the device must be capable of drug detection within the quantities of sweat produced during these time increments. Importantly, the device must be capable of storing data electronically for extended periods of time and data must be retrievable. An interface must be provided for data collection and storage. Any requirements, such as the power source, can be contained in a separate and unobtrusive housing, e.g. bracelet or hearing aide. The device should not exceed 18 square centimeters. This platform will lay the groundwork for the ability to concurrently detect drug use and the risk of drug use - in real people and in real-time. The sensors may include detectors of innumerable drugs, their metabolites, hormones excreted in sweat, as well as detectors of any involuntary or voluntary physiologic responses such as thermal and conductive changes in the skin, vasodilation/constriction, and heart rate changes. Device 2: Vertical Carbon Nanotube Electrodes for Bioelectrocatalysis Sensors Fabrication of a system that will be used to assess neuron activity in the brain in addiction research models, and will be used in brain-machine interfaces. The biological anodes and cathodes will be used to power intracellular electronic chips for recording neuron activity in the brain. Contractor must provide 12 device pairs. Additionally, The contractor must provide: Anode: A product with 16 planar electrodes arrayed within 2X2 mm on the end of a bioMEMS device that can be attached by HDMI (High-Definition Multimedia Interface) to a voltage/current sensing device. The electrodes must consist first of vertically aligned carbon nanotube ‘forests’ of 100, 250 and 500 nanometer height. The electrode must be saturated with NADPH-dependent reductase+calmodulin, coated with a hydrogel matrix for enzyme retention and a positively charged outer silica layer for biocompatibility. The final product must be compatible with immersion in biological solutions and in brain tissue. Cathode: This product is the same as the anode (above) but the electrode must be saturated with the fungal enzyme laccase, coated with a hydrogel matrix for enzyme retention and a positively charged outer silica layer for biocompatibility. The final product must be compatible with immersion in biological solutions and in brain tissue. Facility Requirements: The contractor’s facility must have current, approved ISO Class 5 Clean Room certification. The contractor’s facility must have the ability to manufacture customized bioMEMS. Specifically, the facility must possess nanoengineering and materials engineering capabilities. The contractor’s facility/bioengineers must have experience manufacturing bioelectrocatalytic and biosensor devices and biosilification. The contractor’s facility/bioengineers must have broad bioengineering expertise in the manufacture of robust biosensors that can detect a diverse set of drug and physiological molecules. The contractor’s facility/bioengineers must have experience manufacturing systems that incorporate electronics on a flexible substrate that can adapt to the shape of the skin surface, as well as experience with drug sensors that are chemical- or enzyme- based. These sensors will preferably induce electrical signals that can be stored electronically. The contractor’s facility/bioengineers must provide technical support within 24 hours of request. REPORTING REQUIREMENTS The contractor must provide a bimonthly progress report. The report should contain, at a minimum, the number of hours worked by each contractor with the total cost listed, a list of supplies and materials purchased with the total cost listed, a summary of progress on each bioMEMs, and any other relevant news. Other relevant news could include changes in personnel, unexpected project delays, requests for project clarification, and similar items. The progress report should be received within the first week of the month due. PACKAGING, MARKING AND SHIPPING All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. Delivery Requirements/Period of Performance. The equipment should be delivered within 12 months of contract award. The delivery adder is NIDA-IRP, NIH, Biomedical Research Center, 251 Bayview Blvd, Baltimore, MD 21224, Contract Type The Government intends to issue a firm fixed price contract for this requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 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. 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." EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items 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 contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach (25 points) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. Factor 2: Facility requirements (25 points) Contractor must demonstrate ability to meet the facility requirements specified in the statement of work. Contractor must provide proof of their ISO Class 5 Clean Room certification. Factor 3: BioEnginners (25 points) Contractor must demonstrate by way of resume’s or CD’s 2 bioengineers that have broad bioengineering expertise in the manufacture of robust biosensors that can detect a diverse set of drug and physiological molecules. Factor 4: Deliverables (25 Points) The Offer shall detail in its technical proposal how it shall meet the requirements of the deliverables. As well as provide bi monthly reporting. AWARD CRITERIA a. The acceptability of the technical portion of each contract offer will be evaluated by a technical review committee. The committee will evaluate each offer in strict conformity with the evaluation criteria of the solicitation. The committee may suggest that the Contracting Officer request clarifying information from an offeror. b. The business portion of each contract offer will be evaluated for reasonableness of the Offeror's firm to supply the services required. c. The selection for award will be based on the offer that proposes the best value to the Government. Potential for Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. Contracting Officer's Representative A Contracting Officer's Representative (COR) will be identified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 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 1) a technical response and 2) 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 ten-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-15-670. Responses shall be submitted electronically via email to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-670/listing.html)
- Place of Performance
- Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN03871915-W 20150905/150904001156-4b1aa7ae015cfa421dcc1392e96d14f1 (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 |