MODIFICATION
Q -- Immunostaining of large human brain sections using conditions determined by the Maric protocol
- Notice Date
- 4/20/2022 1:26:00 PM
- 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
- 75N95022Q00163
- Response Due
- 4/27/2022 11:00:00 AM
- Archive Date
- 05/12/2022
- Point of Contact
- fred Ettehadieh
- E-Mail Address
-
fred.ettehadieh@nih.gov
(fred.ettehadieh@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. (ii)������� The solicitation number is 75N95022Q00163 and the solicitation is issued as a request for quotation (RFQ). ����������� 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION 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 Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Histoserv, Inc., 19526 Amaranth Drive, yermantown, MD 20874 for Immunostaining of large human brain sections using conditions determined by the Maric protocol. This acquisition is conducted as non-competitive for a commercial service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the brand-name justification is: (1) Histoserv is the only provider that has experience applying the Maric protocol and its many complex staining and epitope retrieval conditions by using a specialized microwave; (2) Attempting to develop the capabilities to apply the Maric protocols and conditions at another company would take at least 1 year of time-consuming work without any guarantee that it will work well. This would add undue burden and expense while greatly slowing down our work. These capabilities are currently in place and work very well at Histoserv. (3) The project also requires efficient and temperature-sensitive transport of antibodies and up to 50 sets slides (1000 slides, >20 slides per set) from the NIH Bethesda campus. (4) Histoserv has a daily courier that carries antibodies and other reagents, slides to and from the NIH Bethesda campus including to the Maric lab. � (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-04, with effective date January 30, 2022. (iv)������ The associated NAICS code 621511 and the small business size standard $35 million.�� This requirement is full and open with no set-aside restrictions. (v)������� This requirement is for the following services: Applied advanced multiplex-immunofluorescence methods and capabilities in human brain specimens. These methods have allowed NIH to examine relevant Alzheimer�s disease markers such as amyloid-beta, Tau and ApoE in spatial, morphological, cytoarchitectural, and pathological context, by labeling up to 60 markers in a single specimen, which is a substantial advance over conventional staining. � (vi)������ Laboratory of Clinical Investigation (LCI) in the National Institute on Aging (NIA) is in need of advanced single-marker antibody immunostaining and slide imaging services for large human brain sections including hippocampus, temporal cortex, and amygdala.� The resulting images and data obtained from such services provide new insights into Alzheimer�s disease pathogenesis and are essential for our Mission. These single-marker images provide independent validation for our findings using multiplex-immunofluorescence, in which numerous markers are included in a single slide.� These single marker IHC images also allow for area quantitation for each marker, which is needed to interpret and publish results. Project requirements: The contractor shall perform the following: Immunostaining and 40x scanning of 1,000 slides (in sets of >21 slides) from involved brain regions throughout the spectrum of Alzheimer�s and Parkinson�s disease following diverse assay and antigen retrieval conditions determined by the Maric protocol, including low power microwave retrieval conditions. These are large slides containing several adjacent regions such as (1) hippocampus/amygdala/rostral entorhinal cortex/transentorhinal cortex/temporal neocortex, (2) rostral pons with locus coeruleus/raphe nucleus/3rd ventricle/basal pontine buclei, (3) the full transverse sections of the midbrain at the level of the substantia nigra. Imaging with provision of electronic access and delivery of 40x images to NIH on electronic drives Courier pickup and delivery of antibodies, slides, and electronic drives from Building 10 (Clinical Center) on the NIH campus (vii)����� Anticipated period of performance: 12-months from the Award of Order (ARO). The Government anticipates award of a firm fixed-price purchase order. � (viii)���� 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 (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) 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 (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)������ The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.� (a) 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 of the item offered to meet the Government requirement; (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than cost or price. (b) 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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition�> (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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 price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All quotations must be submitted electronically (by email) to Fred Ettehadieh, Contracting Officer, at Fred.Ettehadieh@nih.gov by the closing date and time of this solicitation, and reference Soliciataion number 75N95022Q00163.� Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0699b4f163944fdbbc05a1fbeb7074ae/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN06302709-F 20220422/220420230052 (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 |