Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

Q -- Protein Profiling Study - List of Proteins

Notice Date
3/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-120052-MW
 
Archive Date
4/25/2012
 
Point of Contact
Melissa R. Ward, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
wardmr@mail.nih.gov, cr214i@nih.gov
(wardmr@mail.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
List of Proteins Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6072, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute requires the following services. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-1200052-MW includes all applicable provisions and clauses in effect through FAR FAC 2005-49 (January 2011) simplified procedures for commercial items. The North American Industry Classification Code is 541380 and the business size standard is $12.0M. This is a total small business set-aside. It has been determined that there is no opportunity to acquire green products or services under this procurement. Award will be made in the aggregate. I. Requirement: Objectives: Analysis of the protein levels; and in some cases post-translational modifications for 104 proteins in the NCI-60 cancerous cell lines. Detailed technical requirements: Tasks 1 through 2 shall be accomplished by the Contractor. Protein lysates from the NCI-60 (60 samples), prepared at the National Cancer Institute (NCI) will be sent to the contractor for determination of protein levels. The samples will be prepared and sent as a single batch upon contract award. 1. The contractor shall do a proteomic microarray analysis on these 60 samples, using the "ZeptoMARK Protein Profiling" technology. If the contractor does not have access to the "ZeptoMark Protein Profiling" technology then it is not required that they use it. This task shall be completed within three months of receipt of the sample lysates. 2. Protein expression levels for 101 proteins (list attached) shall be determined within 3 months of receipt of the sample lysates using antibodies that have been previously passed the contractors quality control for use in their microarray, and are all run using the same microarray platform. Deliverables: Results shall be conveyed as a written report (as a pdf. document), in addition to graphs and tables for each sample (as Excel documents), and the raw image files (as a pdf. document). Data shall be sent electronically within three months of receipt of the lysates. The work shall be performed onsite at the contractor's facility to ensure quality and reliability. The contractor shall provide the expertise to run the microarrays, scan the microarrays, and interpret the protein levels. Reporting schedule: A report shall be provided detailing the results upon completion of the project. The report shall detail the relative protein levels across the NCI-60 for the 101 proteins. A conference call will be held within 2 weeks of the receipt of the report to clarify potential points of confusion. Program Management: The Contracting Officer's Representative (COR) shall monitor the preparation of the lystates and review the report and results. The Contractor shall function in an independent manner to generate protein level assessments once the protein is received. Period of Performance: Performance shall be for six months upon contract award. Payment: Payment shall be received at the end of the period of performance upon completion and acceptance of all tasks and deliverables. Payment authorization requires submission and approval of invoice to the NCI COR and to the NCI Office of Commercial Accounts per the attached Invoice & Payment Provisions. Attachments: List of 102 Proteins QUOTATIONS ARE DUE: April 10, 2012 at 11:00am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR Clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Feb 2012); FAR Clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Feb 2012) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Feb 2012); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Feb 2012). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR Clause 52.209-6 Protecting Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR CLAUSE 52.219-6 Notice of Total Small Business Aside (Nov 2011) FAR Clause 52.219-28 Post Award Small Business Program Representation (Apr 2009) FAR Clause 52.222-3 Convict Labor (Jun 2003) FAR Clause 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR Clause 52.222-26 Equal Opportunity (Mar 2007) FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR Clause 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Melissa Ward, Contract Specialist at wardmr@mail.nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on April 10, 2012. Please refer to solicitation number RFQ-NCI-120052-MW on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. BASIS FOR AWARD: Award will be made, subject to available funding and quoter responsibility, to that acceptable quote, the price or cost of which is not necessarily the lowest, but which is sufficiently more advantageous to the Government than the lowest offer so as to justify the payment of additional amounts, based on the evaluation criteria described in this section All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. However, cost/price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost or price. In any event, the Government reserves the right to make an award to that offeror whose response provides the best overall value to the Government. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible contractor whose quote conforming to the quotation will be the most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective contractors and are listed in order of importance. 1. Availability of Quality Controlled Antibodies (40%) 2. Technical Approach (30%) 3. Format Interpretability of Results (20%) 4. Past Performance (10%) 5. Price Past Performance Information: Quoters shall submit the following information as part of their response. • A list of the last 3 (three) contracts providing similar products or services working onsite at the clients facility completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Quoters/offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. North American Industry Classification Code (NAICS) The quoter/offeror may provide information on problems encountered on the identified contracts and the quoter's/offeror's corrective actions. Each quoter/offeror will be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter/offeror. Also, references other than those identified by the quoter/offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter/offeror's Past Performance. FORMAT AND INFORMATION FOR SUBMITTING A QUOTATION: Please submit ONE (1) original plus three (3) copies of entire quotation. Please mark original as "ORIGINAL" and copy as "COPY." Please submit responses in TWO SEPARATELY BOUND VOLUMES VOLUME 1: CONTRACT AND PRICING DOCUMENTS • Signed SF1449 (page 1, blocks 5, 12, 17a, 20, 21, 22, 23, 24, 30a, 30b and 30c and other pricing information). • Signed amendments (if applicable). • Representations and Certifications (Contractors must have valid certification/registration in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) in order to receive an award). Please provide a copy of each, the CCR and ORCA registrations. The Evaluation Criteria shall be applied in assessing quotations. The criteria are listed in descending order of importance. VOLUME 2: TECHNICAL FACTORS: 1. Availability of Quality Controlled Antibodies: (40 Points): The Government will evaluate the offeror's response based upon the availability of the offeror to access the proteins of interest. 2. Technical Approach (30 Points): The Government will evaluate the offeror's response based upon how clearly the offeror's response addresses and describes the offeror's ability to complete/perform the work described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the offeror's ability to perform the work. 3. Format of Interpretability of Results: (20 Points): The Government will evaluate the offeror's response based upon a clear description of the format of the results, and the assessment of whether those results will convey the resultant protein levels in a clear and unambiguous fashion 4. Past Performance: (10 Points): The Government will evaluate the offeror's past performance based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. The past performance subfactors are listed below in order of relative importance. These subfactors will be used to evaluate the quality of past performance. Past Performance Subfactors: • Record of conforming to specifications and to standards of good workmanship • Adherence to contract schedules, including the administrative aspects of performance • Reputation for reasonable and cooperative behavior and commitment to customer satisfaction • Business-like concern for the interest of the customer 5. Price (Price will be evaluated separately but not scored).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-120052-MW/listing.html)
 
Record
SN02710902-W 20120401/120330235841-37a1c75da9393b164d7c2ba9254bb81f (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 |
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.