SOLICITATION NOTICE
R -- Data Analysis of Pediatric Autoimmune Neuropsychiatric Disorders Samples
- Notice Date
- 12/6/2013
- Notice Type
- Presolicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-PSOL-14-016
- Archive Date
- 12/26/2013
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(SSSA)-PSOL-14-016 and the solicitation is issued as a pre-solicitation notice of intent to award a contract on a noncompetitive basis to Fred Hutchinson Cancer Research Center (i.e. Contractor) located at 1100 Fairview Avenue, Seattle, WA 98109 for data analysis support of pediatric autoimmune neuropsychiatric disorders samples with the NIH, National Institute on Aging (NIA). This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70, dated September 30, 2013. The associated NAICS code for this pre-solicitation is 541711 - Biomedical Research and Development, and the associated small business size standard of 500 employees. This pre-solicitation is being released with no set-aside restriction. The Contractor shall analyze data previously collected by the Laboratory of Epidemiology and Population Sciences (LEPS) in the Intramural Research Program (IRP) at NIA, as part of the Age, Gene/Environment Susceptibility (AGES)-Reylgavik Study is assessing fatty plasma acids. Specifically, the Contractor shall: 1) determine associations between fatty acids and bone health, specifically, to associate fatty acids with fracture risk, to associate fatty acids with bone mineral density and to associate fatty acids with measures of bone strength and quality; 2) determine relationships between fatty acids, inflammatory mediators and bone markers (measured by another laboratory), i.e. how fatty acids differ by levels of circulating mediators that are proposed to be mechanistic links between fatty acids and bone health; and (3) to analyze the fatty acids and to interpret the data. The subject Contractor is the only source available to ensure this data is analyzed with a level of accuracy required by this project. This Contractor has analyzed the data specimens previously collected in AGES-MI studies and is therefore required to accomplish this requirement to maintain continuity and collaboration of existing to previous data collected as part of this study. Performance shall be for two (2) months beginning on or around 01/01/2014. Deliverables and reporting requirements this Contractor will be required to produce include analytical methods, quality control, and data analysis results. Deliveries shall be made FOB destination to 7201 Wisconsin Avenue, Gateway Building, Suite 3C-309, Bethesda, MD 20814. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition, including the additional clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this solicitation must include clear and convincing evidence of the Offerors' 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. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received the closing date in this announcement and must reference number HHS-NIH-NIDA(SSSA)-PSOL-14-016. Responses may be submitted electronically to hunter.tjugum@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 6001 Executive Blvd., Room 5120, Rockville, MD 20852, Attention: Hunter Tjugum. Fax responses will be accepted at 301-443-7966. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Contract Specialist identified in this announcement may be contacted by telephone for information regarding the pre-solicitation at (301) 435-8780 prior to the closing date of this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-PSOL-14-016/listing.html)
- Record
- SN03247398-W 20131208/131206234220-a133055b72e6c0ed93bd19fa0115bdee (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 |