Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2013 FBO #4292
SOLICITATION NOTICE

B -- ATP1A3 Mutation Analysis

Notice Date
8/23/2013
 
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
HHS-NIH-NHLBI-CSB-(HG)-2013-263-CDB
 
Archive Date
9/12/2013
 
Point of Contact
Mr. Chris Bocus, Phone: 301-435-0356
 
E-Mail Address
chris.bocus@nih.gov
(chris.bocus@nih.gov)
 
Small Business Set-Aside
N/A
 
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 HHS-NIH-NHLBI-CSB-(HG)-2013-263-CDB and the solicitation is being posted as a request for proposal (RFP). Offerors shall submit their proposals no later than 3:00 p.m. Eastern Standard Time (EST) on August 28, 2013. Questions must be submitted August 26, 2013, no later than 3:00 pm Eastern Standard Time (EST). iii. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, August 1, 2013. iv. The associated North American Industry Classification System (NAICS) code for this is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except biotechnology) and small business size standard is 500 employees. PURPOSE: The purpose of this requirement is to determine if the mutation of ATP1A3 identified in the NIH UDP patient 4694 is a likely cause of ataxia in the patient. The Contractor shall use cell-based expression assays to determine if the identified mutation in ATP1A3 causes ATP1A3 enzymatic dysfunction. v. Background: The National Human Genome Research Institute (NHGRI), Undiagnosed Disease Program (UDP) is a trans-National Institute of Health (NIH) initiative that focuses on the most puzzling medical cases referred to the NIH Clinical Center in Bethesda, Md. It was organized by the National Human Genome Research Institute (NHGRI), the NIH Office of Rare Diseases Research (ORDR) and the NIH Clinical Center. Many medical specialties from other NIH research centers and institutes contribute the expertise needed to conduct the program, including endocrinology, immunology, oncology, dermatology, dentistry, cardiology and genetics, among the dozens of participating senior attending physicians. A longstanding medical condition that eludes diagnosis by a referring physician can be considered undiagnosed and may be of interest to this clinical research program. The Undiagnosed Disease Program (UDP) offers patients the hope of a diagnosis and the possibility of therapeutic strategies. In return, patients provide UDP researchers the opportunity to gain new insights about genetic and biochemical mechanisms of disease and insights into normal cell biology, biochemistry and physiology. So far, UDP researchers have encountered patients with uncommon presentations of known disorders, multi-systemic complex disorders and new disorders that have never been diagnosed. UDP clinical researchers are using advances in DNA sequencing to detect defects in genes that point to known disorders. These tools offer the potential for discoveries about the role of molecular and biochemical events that can cause disease and, eventually, the development of diagnostic and therapeutic approaches for rare and common diseases. CONTRACTOR REQUIREMENTS: 1. The Contractor shall generate a vector for expression of the mutant ATP1A3 protein. 2. The Contractor shall determine the consequences of expression of the mutant ATP1A3 protein on cellular viability. 3. The Contractor shall test the production and stability of the mutant ATP1A3 protein. 4. The Contractor shall test the enzymatic activity of the mutant ATP1A3 protein. 5. The Contractor shall supply real-time free and full sharing of all data with the UDP. 6. The Contractor shall supply electronic copies of all reports appropriate for deposition in the UDP process management system. 7. The Contractor shall have the ability to perform these analyses in conjunction with Dr. Kathleen Sweadner of Massachusetts General Hospital. 8. The Contractor shall have the ability to collaborate with Dr. Allison Brashear of Wake Forest Baptist Health through PA-13-076 for a supplement to Dr. Brashear's R01 through a subcontract. Desired Results/Functions/End Items: 1. Test results with qualified interpretations in a timely way given the requirements of the particular test. 2. Research collaborations will be conducted via Videoconferences, email communications, shared professional presentations, posters and publications. Grand Round presentations at the Contractor's location and the NIH Clinical Center may also occur. Technical Specifications/Standards/Methods: 1. The Contractor shall supply results with qualified interpretations in formats appropriate to the process management systems and for facilitation of other collaborations. Special Handling or Handling Requirements: 1. The Contractor shall provide result reports and record methods and materials as appropriate to the highest scientific standards and medical standards. These materials, methods and results will be shared will agreed upon UDP collaborators. Government Responsibilities: a. The Government will not furnish any government property to the vendor. b. The Government will provide appropriate phenotypic information and biological materials to the Contractor. c. The Government will not furnish any facilities to be used by the vendor. The Government will be responsible for reviewing and approving reports and similar matters generated: 1. The Contractor shall provide results electronically to the UDP via secure email, the UDP ftp site or direct deposition into the UDP process management system. 2. The Contractor results will also be shared with UDP collaborators as defined mutually. Reporting Requirements and Deliverables: 1. The Contractor shall provide all electronic results and biological materials within 52 weeks of notification from the Government. 2. The Government will receive additional reports for any test added-on after the Contractor receives the original specimen. Anticipated Period of Performance: Twelve (12) months from the date of award. vi. NIH/UDP is located at 9 Memorial Drive, Bethesda, Maryland 20892. vii. 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. viii. 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: 1. Ability to determine the consequences of the ATP1A3 mutation (NM_152296.3: c.[946G>A]+[=]) on the stability, localization and function of the encoded mutant enzyme. 2. Ability to determine the consequences of the ATP1A3 mutation (NM_152296.3: c.[946G>A]+[=]) on the viability of cultured cells. 3. Ability to provide reports in a timely fashion and record all experimental data in the UDP laboratory electronic notebook. 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). ix. 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/. x. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this Acquisition. xi. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. xii. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their proposals no later than 3:00 p.m. Eastern Standard Time (EST) on August 28, 2013. Questions must be submitted no later than 3:00 pm Eastern Standard Time (EST) on August 26, 2013. The proposal must reference the RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2013-263-CDB. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contract Specialist, Chris Bocus at chris.bocus@nih.gov, 301-435-0356; 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. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above. 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 and Discounts; 5. Description of Requirement; 6. Contracting Officer's Name and Telephone Number; 7. North American Industry Classification System (NAICS) Code; and 8. DUNS Number. 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/HHS-NIH-NHLBI-CSB-(HG)-2013-263-CDB/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03160348-W 20130825/130823235527-cfe552bbbe2baa27277f5b39e31759cb (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.