SOLICITATION NOTICE
R -- Specialized Technical Services
- Notice Date
- 7/23/2013
- 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-(DE)-2013-209-AMS
- Archive Date
- 8/17/2013
- Point of Contact
- Alice Sobsey, Phone: 301-402-3670
- E-Mail Address
-
sobseyam@nhlbi.nih.gov
(sobseyam@nhlbi.nih.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Contract Line Item Number 0001: Specialized technical services. Background: Research scientists in the Cell Biology Section of the Laboratory of Cell and Developmental Biology (LCDB) conduct biomedical research on embryonic development and processes relevant to tissue engineering and cancer. The Cell Biology Section has obtained evidence that tumor cell invasive processes involving structures termed invadopodia are modulated by the extracellular matrix and regulated by specific integrin-associated molecules. However, a number of biochemical and cell biological tests are needed to establish conclusively the molecular and morphological mechanisms of these potentially important conclusions. Purpose and Objectives: The Contractor will provide expertise essential to complete this project by providing the following services and deliverables to the Cell Biology Section, LCDB, NIDCR through performance of specialized technical services. Contractor Requirements: The contractor must provide the following: •Perform laboratory services applying cell and molecular biology approaches in experimentation using extensive state-of-the-art technical skills to complete studies defining the molecular basis and mechanisms responsible for the modulation of tumor cell invadopodia by the extracellular matrix. •Complete the study on the regulation of tumor invadopodia formation. Determine the regulation of integrin-associated proteins and cell surface integrin receptors involved in induction of invadopodia by application of phospho-proteomics, pathway analysis, and modulation of gene expression. •Characterize molecular mechanisms regulating components of regulatory pathways leading from matrix ligand interaction to invadopodial formation and function using live-cell and immunofluorescence microscopy. •Apply expertise on invadopodial characteristics and microscopy to develop an automated computer assay to quantify invadopodia without significant false positives or negatives, and to quantify reproducibly the production of invadopodia by cell interactions with a novel assay of the role of human normal and tumor tissue preparations of extracellular matrix. Government Responsibilities: a.The government will not furnish any government property to the vendor. b.The government will furnish facilities to be used by the vendor. Reporting Requirements and Deliverables: •Within one month of date of award the contractor shall develop a new computer assay based on MetaMorph software that automatically quantifies numbers of invadopodia per cell in confocal micrographs that meets the above quality criteria. •Application of this computer assay to generate tables of numbers of invadopodia per cell in tumor cells interacting with different types of extracellular matrix scaffolds from normal and tumor breast and pancreas tissue samples. Use of this computer assay is to be started within one month and should be completed by the end of the contract period. •Periodically throughout the contract period immunofluorescence images documenting RNA interference testing of functional roles of potential regulators of invadopodia formation. •Western blots of specific target proteins associated with tables quantifying effects on numbers of invadopodia after use of siRNA-based RNA interference approaches to reduce levels of specific proteins completed by at least 75% over the period of the contract. •Completion of a partially completed manuscript that was first-authored by Dr. Vira Artym describing quantification of invadopodia formed in response to different matrix scaffolds and the roles of specific proteins; submission of the paper for publication; and performance of experiments needed for journal-required revisions of this manuscript documenting the phenomena and regulation of extracellular matrix modulation of invadopodia formation due by the end of the contract period. Inspection and Acceptance Requirements: 1.The Government will inspect all deliverables. The Contractor shall be contacted via phone or email upon delivery, if any problems are discovered. 2.A Government Official will inspect and accept requirements. NIDCR, Building 30, Room 408, Bethesda, MD 20892 The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. EVALUATION OF PROPOSALS The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. 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. EVALUATION FACTORS: •At least 8 years of experience in cancer research, with at least 12 peer-reviewed papers. •Experience with MetaMorph and Volocity in a publication, as well as experience with GeneSpring and Ingenuity Systems Pathway Analysis. •Experience with confocal microscopy; total internal reflection fluorescence microscopy; mass spectrometry including phospho-proteomics; and use of small interfering RNAs (siRNA). •At least 5 years of experience in studying invadopodia, writing high-quality manuscripts documented by publications in quality journals such as Cancer Research. A.Price (This will be Firm-Fixed 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 or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this Acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their proposals no later than 7:30 a.m. Eastern Standard Time (EST) on August 2, 2013 The proposal must reference the RFP Number: NHLBI-CSB-(DE)-2013-209-AMS. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contracting Specialist, Alice Sobsey at sobseyam@nhlbi.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. Faxed proposals will NOT be accepted. All quotes shall contain the following: 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. North American Industry Classification System (NAICS) Code; and 8. DUNS Number. 9. Quote, with price breakdown. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2013-209-AMS/listing.html)
- Place of Performance
- Address: NIDCR, Building 30, Room 408, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03124396-W 20130725/130723235248-215e8f4acdf0bd05c0579b648a7d58e6 (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 |