SOLICITATION NOTICE
66 -- Induced Pluripotent Stem Cells from Patients
- Notice Date
- 8/19/2020 8:43:08 AM
- Notice Type
- Presolicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-20-004407
- Response Due
- 8/27/2020 12:00:00 PM
- Archive Date
- 08/28/2020
- Point of Contact
- Valerie Whipple, Thien Nguyen, Phone: 3018270914
- E-Mail Address
-
Valerie.whipple@nih.gov, Thien.Nguyen2@nih.gov
(Valerie.whipple@nih.gov, Thien.Nguyen2@nih.gov)
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE � INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. �� THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisitions, Contracts Management Branch Red, NIMH Section on behalf of the National Institute of Mental Health (NIMH) intends to negotiate and award a contract with Rutgers University for creation of Induced Pluripotent Stem Cells from Patients with 7q11.23 Copy Number Variations and their Siblings. � NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS Code 621511�Medical Laboratories with a Size Standard of $35M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular 2020-08, dated 13 Aug 2020. � STATUTORY AUTHORITY This 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. � DESCRIPTION OF REQUIREMENT � Project Description This requirement is for the creation of induced pluripotent stem cell lines from cryopreserved lymphocytes of patients already studied at NIMH and will allow us to examine genetic and transcriptional differences in neural tissue in living patients with 7q11.23 copy number variations and their unaffected siblings. This information will then be used in conjunction with each participant�s neuroimaging and phenotypic information to attempt to determine specific genetic and transcriptional factors important for both healthy neurodevelopment and the contributions of the 7q11.23 locus, with the goal of understanding the genetics mechanisms underlying cognitive and brain development. � � � Requirements Specifically, the contractor shall: utilize the biospecimens stored in the federal biorepository for the NIH at Rutgers University; reprogram cryopreserved lymphocytes to induced pluripotent stem cells and deliver 6-8 vials per subject; perform quality control measures to include QPCR assay to demonstrate loss of Sendai gene products and karyotype each clone; and quality control measures will include CNV analysis using Illumina OmniExpress arrays. � Period of Performance Nine Months. Sole Source Justification: It is believed that Rutgers University is the only source who can satisfy this requirement.� �� The biologic samples are stored at Rutgers and transfer of the samples to another site to perform the extraction would be cost prohibitive, would jeopardize the integrity of the samples and be less expedient. Only this suggested source can furnish the requirements, to the exclusion of other sources, because the integrity of the samples would be preserved, and the resulting data quality not compromised. These biologic samples have been stored at RUCDR Infinite Biologics for the past 8 years and the use of another facility would risk the results of our ongoing protocol. CLOSING STATEMENT This synopsis is not a request for competitive proposals.� However, interested parties may identify their interest and capability to respond to this notice.� The respondents must submit clear and convincing evidence that they are able to provide the services described above.� The response shall include: the 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 to determine the method of acquisition. 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 responses must be received by ����27 August 2020 at 3PM Eastern Time and must reference number HHS-NIH-NIDA-SSSA-20-004407.� Responses must be submitted electronically to thien.nguyen2@nih.gov and Valerie.whipple@nih.gov , and must reference the solicitation number HHS-NIH-NIDA-NOI-20-004407, on your electronic request.� FAX requests are not accepted. �All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3c7f88bcf83f48c5b0c3276d6bb494a8/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05765821-F 20200821/200819230205 (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 |