Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2023 SAM #7828
MODIFICATION

Q -- Generate Alzheimer�s Disease and Related Dementia (ADRD) patient-derived iPSC lines

Notice Date
5/2/2023 2:26:00 PM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00231
 
Response Due
5/8/2023 10:00:00 AM
 
Archive Date
05/23/2023
 
Point of Contact
fred Ettehadieh
 
E-Mail Address
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
 
Description
�(i)������� 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 75N95023Q00231 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 COMBINED (NOTICE OF INTENT) 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 NEW YORK STEM CELL FOUNDATION, 619 W 54TH STREET FL 3, New York, NY 10019-3545. 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: New York Stem Cell Foundation (NYSCF) is the only vendor that can provide this astrocyte and oligodendrocyte engineering service of iPSC for this experimental study. In past experiments, NYSCF was successfully used by this lab for iPSC line generation service to introduce endogenous mutations into iPSCs. To prevent the introduction of unknown variables by using a different vendor, it is necessary to use this specific vendor to ensure the continuity of ongoing protocols. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02, with effective date March 16, 2023. (iv)������ The associated NAICS code 541990 and the small business size standard $19.5 million. This requirement has no set-aside restrictions. (v)������� This requirement is for the following services: The National Institute on Aging, Center for Alzheimer�s Disease and Related Dementias is focused on understanding the cell biology that underlies risk and resilience to neurodegenerative diseases like Alzheimer�s disease. One of our projects seeks to understand how neuroinflammation (a key factor in Alzheimer�s disease (AD)) impacts cellular lipids and how these interactions may perpetuate disease risk in particularly vulnerable or resilient genetic backgrounds. In order to accomplish this objective, we need to profile the astrocytes and oligodendrocytes in a highly precise and accurate way in KOLF2.1 iPSC derived neurons. (vi)������ Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work attached to this notice. (vii)����� Anticipated periods of performance: ����������� 6/12/2023 � 10/12/2023 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) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (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 (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 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 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 (May 2022) Invoice Instructions With IPP (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) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical capability and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� 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.� (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 75N95023Q00231.� Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/56bddb3342644158b0634ac44877d5be/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN06668306-F 20230504/230502230111 (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.