Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

R -- Biologist Services for NIAMS

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(AR)-2012-222-CSP
 
Archive Date
9/4/2012
 
Point of Contact
Robin Jeffries, , Caitlin Palmer,
 
E-Mail Address
robin.jeffries@nih.gov, caitlin.palmer@nhlbi.nih.gov
(robin.jeffries@nih.gov, caitlin.palmer@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(1)Action Code Combined Synopsis/Solicitation (2)Date: August 9, 2012 (3)Year: Fiscal Year 2012 (4)Contracting Office ZIP Code: 20892 (5)Classification Code: R (6)Contracting Office Address:National Institutes of Health, National Heart, Lung and Blood Institute, 6701 Rockledge Boulevard, Suite 6147B, Bethesda, Maryland 20892-7902 (7)Subject: Biologist Services for the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) (8)Proposed Solicitation Number: NHLBI-CSB-(AR)-2012-222-CSP (9)Closing Response Date: August 20, 2012 (10)Contact Point or Contracting Officer: Robin Jeffries, Contracting Officer (11)Contract Award and Solicitation Number: Not Applicable (12)Contract Award Dollar Amount: Not Applicable (13)Contract Line Item Number: Not Applicable (14)Contract Award Date: Not Applicable (15)Contractor: Not Applicable (16)Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 NHLBI-CSB-(AR)-2012-222-CSP and the solicitation is issued as a request for quotation (RFQ). (iii) This combined synopsis / solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, July 26, 2012. (iv) The North American Industry Classification (NAICS) Code is 541712 and the business size standard is 500 employees. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. (v) Offerors must submit all questions concerning this solicitation in writing to caitlin.palmer@nih.gov. All questions must be received by 5:00 p.m. EST August 13, 2012. All responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation on or before, August 15, 2012. (vi) Background The mission of the Pediatric Translational Research Branch (PTRB) is to understand the pathogenesis of chronic inflammation and its impact on structural remodeling of bone in spondyloarthritic diseases such as ankylosing spondylitis. Recent advances from genome wide association studies are beginning to bring genetic susceptibility into focus and suggest that a relatively small number of genes may account for the majority of risk. Fitting the pieces of the complex genetic puzzle together into a cogent pathogenic mechanism for this and other rheumatic diseases remains one of the great challenges in medicine. While some of the susceptibility genes are envisioned to create a pro-inflammatory diathesis, others are implicated in downstream pathways and may affect responsiveness of cells and tissues to inflammatory mediators and contribute to the unique phenotype. One strategy of the PTRB is to make use of animal models that facilitate molecular dissection of gene function in spondyloarthritis, including the influence of polymorphisms, combined with translational approaches using patient derived material to establish relevance. Recent studies have focused on the role of HLA-B27 in rat spondyloarthritis, resulting in the discovery that this gene product has a tendency to misfold, generating ER stress and activating the unfolded protein response (UPR) particularly when HLA-B27 is upregulated. Novel links between the UPR and inflammatory cytokine production that may drive Th17 activation have also been uncovered. Major projects include: (1) evaluating mechanism and consequences of HLA-B27 misfolding and the UPR on (a) IL-23 production and Th17 activation in rat spondyloarthritis; (b) osteoclast and osteoblast development and function; (2) elucidating genes that influence the development of HLA-B27-associated spondyloarthritis in rats; (3) determining how ERAP1/ARTS1, a newly discovered susceptibility gene, affects disease pathogenesis including functional interactions with HLA-B27 and/or effects on cytokine receptor biology; (4) understanding how susceptibility genes and gene products found to be differentially expressed in spondyloarthritis, modify downstream events in TNF-a-driven sacroiliitis including structural remodeling in post-inflammatory phases of disease. Through these studies we hope to determine how a genotype comprised of relatively common alleles results in a unique disease phenotype, with implications for new treatment strategies. Purpose and Objectives NIAMS Pediatric Translational Research Branch (PTRB) has a need for the service of a skilled Biologist with expertise to conduct the following tasks: perform experiments to determine the role of the HLA-B27 and related genes in the development and function of osteoblasts and osteoclasts from rodents. Experiments will involve many laboratory techniques, including (but not limited to) cell culture, RNA and protein isolation, including immunoprecipitation, quantitative PCR and microarray or RNAReq analysis to measure gene expression, immunoblotting to measure protein expression and phosphorylation, flow cytometry to phenotype and analyze cell populations, and delivery of shRNA constructs to knock down expression of genes interest. Contractor Requirements The Contractor shall: • Perform experiments to determine of the HLA-B27 and related genes in the development and function of osteoblasts and osteoclasts from rodents. Experiments will be designed in the consultation with the PTRB Branch Chief and Staff Scientist, and at times with other members of the laboratory group. Experiments will involve many laboratory techniques, including (but not limited to) cell culture, RNA and protein isolation, including immunoprecipitation, quantitative PCR and microarray or RNAReq analysis to measure gene expression, immunoblotting to measure protein expression and phosphorylation, flow cytometry to phenotype and analyze cell populations, and delivery of shRNA constructs to knock down expression of genes interest. • Maintain a legible and complete laboratory notebook with all source data stored electronically and backed up on appropriate NIAMS servers. • Organize data and present it at PTRB laboratory meetings and for posters and papers as experimental results warrant. • Organize and maintain a clean and safe working space. • Work with other PTRB staff on the handling and storage of clinical samples. Deliverables Upon request, the contractor shall provide documentation evidence of any and/or all work product, including, but not limited to, the following tasks: • Work products and documentation related to research experiments on osteoblasts and/or osteoclasts, and clinical samples. • Preparation of posters for meetings and contribution to manuscripts including compilation of data, preparation of figures, and drafting part or all of the manuscript depending on level of contractor's participation in the generation of data. The contractor shall have the following: • Bachelor's degree in Biomedical Engineering, Biology, or a related area • Minimum of two years laboratory experience • Ability to work independently • Strong analytic, quantitative, organizational and time management skills • Strong communication skills, both oral and written. • Experience designing and performing experiments with osteoblasts and other relevant precursor cells such as mesenchymal stem cells. (vii) Period and Place of Performance One year from award of the purchase order. Place of Performance shall be at 10 Center Drive, Bethesda, MD 20892, NIH Campus Building 10, CRC, Room 1-5256. Level of Effort 2080 hours (8 hours a day, 40 hours a week), exclusive of all federal holidays. No overtime shall be paid. The start and end time of day is flexible. (viii) FAR clause 52.212-1, Instructions to Offerors - Commercial Items is applicable to this requirement. The Offer shall include all documents as cited in the clause. An addendum is not applicable to this provision. (ix) EVALUATION OF QUOTES: The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. The Government will use a tradeoff process for this source selection. Award will be made to the responsible offeror whose offer conforms to the solicitation requirements and provides the best value to the Government, non-price factors and price considered. Relative importance: 1. All evaluation factors other than Price, when combined, are more important than price. 2. As the Non-Price technical rating becomes more equal between offerors, price becomes more important. TECHNICAL EVALUATION FACTORS: TECHNICAL EVALUATION FACTOR #1: Experience as a laboratory researcher performing cell, RNA, DNA, and protein isolation and measurement. Total Possible Points: 30 TECHNICAL EVALUATION FACTOR #2: Experience conceiving and executing complex experiments studying the development and function of osteoblasts, and the role of disease susceptibility genes in the development and function of these cells. Total Possible Points: 40 TECHNICAL EVALUATION FACTOR #3: Experience assembling, presenting, and interpreting data, including construction of figures and basic statistical assessments. Total Possible Points: 30 PAST PERFORMANCE: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The evaluation will be 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 assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. 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 relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. PRICE: An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). (x) The Offeror must submit a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are added as and addendum to FAR clause 52.212-4 and are applicable to this requirement: FAR Clause 52.209-7 Information Regarding Responsibility Matters (Jan 2011); FAR Clause 52.216-2, Economic Price Adjustment--Standard Supplies (January 1997); FAR Clause 52.216-19, Order Limitations (October 1995); and FAR Clause 52.217-6, Option for Increased Quantity (March 1989). (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following are the additional FAR clauses cited in the clause applicable to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).; Alternate I (OCT 1995) of 52.219-6; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); and 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (xiii) Other Important Considerations N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. (xv) All offerors shall submit two electronic files to robin.jeffries@nih.gov. One electronic file shall contain all technical information; the second electronic file shall contain all pricing information. All quotes shall contain the following: 1) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (refer to item (x) above). 2) Provide the name of the biologist and proof of bachelor's degree in biomedical engineering, biology, or a related area. 3) TECHNICAL EVALUATION FACTOR #1: Offerors shall submit at least (2) two descriptions of projects, in the past two (2) years, demonstrating the biologist's experience as a laboratory researcher performing cell, RNA, DNA, and protein isolation and measurement (include description; dollar value; period of performance; contact name and phone number) 4) TECHNICAL EVALUATION FACTOR #2: Offerors shall submit at least (2) two descriptions of projects, in the past two (2) years, demonstrating the biologist's experience in conceiving and executing complex experiments studying the development and function of osteoblasts, and the role of disease susceptibility genes in the development and function of these cells. (include description; dollar value; period of performance; contact name and phone number) 5) TECHNICAL EVALUATION FACTOR #3: Offerors shall submit at least (2) two descriptions of projects, in the past two (2) years, demonstrating the biologist's experience assembling, presenting, and interpreting data, including construction of figures and basic statistical assessments. (include description; dollar value; period of performance; contact name and phone number) NOTE: For Technical Evaluation Factor's #1, #2, and #3, if the biologist has a project that encompasses two or more of the three evaluation factors one project can be submitted. Meaning, a individual projects for each factor would not need to be submitted for each factor, if a project addresses multiple factors. However, please identify in the project's description which factor's the project addresses. 6) PAST PERFORMANCE: The Offeror shall provide three (3) purchase orders/contracts (Federal Government, State Agencies, Local Government; and commercial concerns), similar to this requirement. Include the following information for each contract or subcontract listed: 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 System (NAICS) Code The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 7) PRICE: Provide a firm-fixed hourly rate for the services described in the Statement of Work. 8) If applicable, the offeror shall list exception(s) and rationale for the exception(s). 9) In order to receive an award from NHLBI, contractors must have a valid registration in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ Offerors shall submit their proposals no later than 2:00 p.m. Eastern Standard Time (EST) on August 20, 2012. The proposal must reference the RFP No. NHLBI-CSB-(AR)-2012-222-CSP. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contracting Officer, Robin Jeffries at robin.jeffries@nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. (xvi) For Additional information, contact Robin Jeffries, Contracting Officer, electronically at robin.jeffries@nih.gov (17) Place of Contract Performance: Bethesda, Maryland 20892 (18) Set-aside Status: 100% Total Small Business Set Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(AR)-2012-222-CSP/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02833723-W 20120811/120810001721-2a699f808008e32b98fcc17fe2ca9904 (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.