Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
SOLICITATION NOTICE

Q -- Brain and Blood Bile Acid Concentrations in Cognitive Aging and Alzheimer�s Disease

Notice Date
8/12/2020 11:27:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-75N95020Q00178
 
Response Due
8/27/2020 11:00:00 AM
 
Archive Date
09/11/2020
 
Point of Contact
Diedra Prophet, Phone: 3014028070, Karen Mahon
 
E-Mail Address
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
 
Description
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-75N95020Q00178 and the solicitation is issued as a request for quotes. 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 (FAC) Number 2020-07, with effective date July 2, 2020. The associated NAICS code is 621511 and the small business size standard is $35 Million. This requirement has no set-aside restrictions. The purpose of the overall program of research in the Laboratory of Behavioral Neuroscience (LBN) is to enhance our understanding of age-associated physical and biological changes in health and disease. The mission (objective) of the LBN is: (1) to conduct basic and clinical research on individual differences in brain structure, function and cognitive abilities; (2) to investigate the influence of age on these variables, using both cross-sectional and longitudinal designs; and (3) to identify predictors of cognitive decline and Alzheimer�s Disease, including both risk and protective factors for cognitive and brain aging. There is currently a need to identify predictive blood-based biomarkers of Alzheimer�s disease (AD). Such methods will allow for the effective screening of large numbers of vulnerable individuals for recruitment into clinical trials and rapid testing of promising disease-modifying treatments. LBN has focused on blood-based biomarkers of AD that accurately reflect well-established endophenotypes of AD pathology such as brain atrophy, and in vivo fibrillar A? deposition4-8. Using mass spectrometry-based proteomic analyses in combination with multi-modal neuroimaging, these studies have revealed a robust peripheral signal from the blood/brain proteome/metabolome that appears to be associated with AD pathology. The contractor shall perform and furnish the following:� ������������������������������������������������������ Qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the�Statement of Work below: Perform quantitative targeted metabolomics assays on 208 human brain, 45 rat brain and 45 rat plasma samples to measure the concentrations of Bile acids. Perform statistical analysis (accuracy, sensitivity, specificity) to identify small metabolite markers in brain that are associated with AD pathology and in serum that predict incident AD. Return all unused specimens to their place of origin. Product Information: DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��QTY 45 - Bile Acid Assay [30 ?L]� / Rat brain tissue (NIH Study 2) 45 - Bile Acid Assay [30 ?L] / Rat plasma/serum (NIH Study 2) 70 - Bile Acid Assay [30 ?L] / Human brain tissue (NIH Study 3, PM3 young) 137 - Bile Acid Assay [30 ?L] /�Human brain tissue (NIH Study 4, PM2) 137 - Tissue Homogen. / Fecal Sample Extract. [50-100mg] /�Human brain tissue (NIH Study 4; PM2) 137 - Data Analysis and Reporting (Quality check, data�normalization and compilation) Additional Requirements: Level of Effort: Senior researcher 960 labor hours for period of performance Government Responsibilities Provide adequate quantities of archived serum and brain tissue samples to the contractor to enable the performance of the metabolomics assays detailed above. �Delivery or Deliverables Electronic copy of excel spreadsheet including absolute concentrations of all assayed metabolites in brain and blood samples to be delivered within 364 calendar says of receipt of samples by the contractor. The timely submission of this deliverable is essential to successful completing this requirement. Reporting Requirements The contractor is required to provide written progress reports every 2 months for the contract period 9/30/20 through 9/29/21. 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. Reports should be as follows; Excel spreadsheet with absolute serum and brain tissue concentrations of bile acids listed above on all serum and brain samples provided to the contractor WORD document detailing all the technical aspects of the experimental methodology used including coefficients of variation (CV) of the assays, specimen usage, and success/failure rate of the assay. The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated period of performance is 12 months. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018) Standard NIH Invoice and Payment Provisions (2/2014) Interim NIH Invoice and Payment Provisions (2/2014) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition 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: (i) technical capability offered to meet the Government requirement, including the ability to identify predictive blood-based biomarkers of Alzheimer�s disease (AD), (ii) past performance [see FAR 13.106-2(b)(3)]., and (iii) price. Technical and past performance, 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. Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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 offers must be received by Thursday, August 27, 2020 at 2:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-75N95020Q00178. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov. Fax responses will not be accepted. The name and of the individual to contact for information regarding the solicitation: Diedra Prophet,�Contract Specialist,�diedra.prophet@nih.gov � Karen Mahon,�Contracting Officer,�Karen.Mahon@nih.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37da7f65b0b945daa843f41f080522ee/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05754601-F 20200814/200812230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.