SOLICITATION NOTICE
R -- Laboratory Support
- Notice Date
- 8/8/2018
- Notice Type
- Presolicitation
- NAICS
- 611710
— Educational Support Services
- 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
- HHSN-NIH-NIDA-(AG)-PSOL-2018-338
- Archive Date
- 9/6/2018
- Point of Contact
- Andrea McGee, Phone: 301480-2449
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Laboratory Support HHS-NIH-NIDA-(AG)-PSOL-2018-338 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(AG)-PSOL-2018-338 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Universidad de Cordoba, Carrera 6 76 103, Cordoba, Colombia, 230001. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. 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 market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide lab support for Ultrastructural analysis of biological samples. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated July 2018. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 611710 Educational Support Services, size standard $15.0 dollars. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. PURPOSE AND OBJECTIVES Currently, NIA is in need of a contractor to provide a laboratory support to process Ultrastructural analysis of biological samples. SCOPE OF WORK Statement of Work (SOW) GENERAL INFORMATION Title of Project: Ultrastructural analysis of biological samples Purpose or Objective of the Requirement: To study ultrastructural (electron microscopy) alterations in biological samples obtained from model animals and human volunteers submitted to different experimental interventions. Samples will be derived from multiple age groups, different sexes, starting ages, compound concentrations, or diet interventions. The contractor awarded to do this analysis will perform the analytical services as specified in this contract. The contractor will receive specific direction from project scientists regarding the types of samples to be analyzed. The contractor will then advise project scientists on appropriate sampling and analysis techniques and will assist project staff in conducting these processes. The end product of all requests will be clearly defined and a timeline for completion agreed upon between the contractor and the project scientists. The product will include spreadsheets and graphs depicting outcome of the analyses as well as a written report describing the results. Background Information: 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. Period of Performance: 09/4/2018-09/3/2019 SCOPE OF WORK Processing tissue samples for obtaining resin blocks for electron microscopy. Ultramicrotomy for cutting specimens into ultra-thin sections that can be studied and documented at different magnifications in an electron microscope. Examination of sequential ultra-thin 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 tissue samples by the particular experimental condition under examination. The contractor will provide all equipment to perform the whole processing of samples, ultramicrotomy, electron microscopy and ultrastructural analysis of tissue samples from experimentation animals or volunteers under the different experimental conditions. The contractor shall perform various morphometric analysis on data related to the project. Because of the complexity of the study the contractor will be working with data from multiple age groups, different sexes, starting ages, and compound concentrations. GOVERNMENT RESPONSIBILITIES The government will provide to the contractor aldehyde-fixed tissue samples. It is the responsibility of the government that procedures for aldehyde-fixation of tissues will be adequate for electron microscopy studies. DELIVERY OR DELIVERABLES 1.Description of Tasks and Associated Deliverables: Timely submission of deliverables is essential to successful completing this requirement. Schedules for deliverables are specified in the attached Contract Data Requirement Lists (CDRLs). All deliverables shall be prepared and submitted according to format, content, and schedule described in the CDRL and SOW. All "hard copy" deliverables will be submitted on recycled-content paper, and printed double-sided. 2.Reporting Requirements The progress report shall cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL The following positions are considered "Key Personnel" in support of this contract initiative: The faculty will have at least a minimum of 20 years of demonstrable experience in the application of transmission electron microscope techniques to a high variety of biological specimens, mainly from mammals origin. In addition, the personnel should hold a PhD / MD to perform this requirement. DATA RIGHTS The NIA 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 optional task deliverables exercised 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/order. SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. J.CONTRACTING OFFICER'S REPRESENTATIVE (COR) 1.The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD determined upon award. 2.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. 3.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; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract 4.The Government may unilaterally change the COR designation for this contract. Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 PERIOD OF PERFORMANCE: 09/04/2018 TO 09/03/2019 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. 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. 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." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 22, 2018 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)-PSOL-2018-338. Responses may be submitted electronically to amcgee@mail.nih.gov. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHSN-NIH-NIDA-(AG)-PSOL-2018-338/listing.html)
- Place of Performance
- Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05028017-W 20180810/180808231718-ecdcbe78a9ce5e115c1c96902c0b8057 (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 |