Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
SOLICITATION NOTICE

R -- Sjögren’s Syndrome Mouse Study

Notice Date
7/5/2016
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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-(HL)-2016-201-KMA
 
Archive Date
7/30/2016
 
Point of Contact
Kevin Alvarez,
 
E-Mail Address
kevin.alvarez@nih.gov
(kevin.alvarez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to the University of Florida, 207 Grinter Hall, Gainesville, FL, 32611-0001, to breed, house, and test the salivary gland activity in NOD derived C57BL/6.NOD-Aec1/Aec2 mice BACKGROUND The Molecular Physiology and Therapeutics Branch (MPTB) pursues a comprehensive bench-to-bedside program to understand the molecular basis of salivary gland function and dysfunction and to develop strategies for the diagnosis, prevention, and management of salivary gland diseases. Primary Sjögren's Syndrome (pSS) is a systemic autoimmune disorder characterized by exocrine gland dysfunction primarily involving the salivary and lacrimal gland. The histologic hallmark of Sjögren's Syndrome is a periductal inflammatory infiltrate. The conventional explanation of salivary gland (SG) dysfunction assumes a causal relationship between this chronic inflammatory process and the decreased saliva production. However, most patients have preserved salivary gland tissue and in overall the correlation between the focus score on SG biopsy (a measure of inflammation) and saliva production is limited. Recent studies have suggested that some immunomodulatory proteins may have beneficial effects in animal models of the disease and warrant further testing. PURPOSE The purpose of this acquisition is to procure the services of a Contractor to breed, house, and test the salivary gland activity in NOD derived C57BL/6.NOD-Aec1/Aec2 mice, a unique population of mice that are prone to the development of a Sjögren's Syndrome-like disease. The work to be performed is directly related to the mission of the MPTB, and is necessary in order to expand upon current studies in patients suffering from Sjögren's Syndrome. This particular strain of mice has been designed to develop disease with a high rate of penetrance. The MPTB was unable to achieve this result in several attempts in-house, and is thus requesting the support of an outside Contractor. PROCUREMENT The contractor shall perform the following tasks: •Breed mice to yield 118 mice for the study •House mice for 266 days •Collect and measure saliva flow activity every 4 weeks for approximately 38 weeks. •Collect and measure lacrimal gland activity every 4 weeks for approximately 38 weeks. •After the last saliva collection, the mice will be euthanized, and blood and tissues will be collected. Blood, tissue, and saliva samples will be sent back to the MPTB for analysis. JUSTIFICATION The sole source determination is based on the fact that through our extensive market research, the University of Florida was the only vendor we were able to identify as having the capability to meet the need of the Government. The University has performed extensive work over the past several years to establish the correct environment for these particular mice to develop disease with a high rate of penetrance. In addition to an unacceptable time delay, the financial commitment required to establish a similar research environment elsewhere would be cost-prohibitive to the Government. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b), soliciting from a single source (for purchases not exceeding the simplified acquisition threshold) and only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION Industry Classification (NAICS) Code is 541690, Other Scientific and Technical Consulting Services, and the Small Business Size Standard is $15.0M. The acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable (FAR Part 6.001). The resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-88 (June 15th, 2016). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 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. All responses must be received by July 15, 2016 at 9:00AM EST and must reference synopsis number NHLBI-CSB-(HL)-2016-201-KMA. Responses shall be submitted to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6127, Bethesda, Maryland 20892-7902, Attention: Kevin Alvarez. Responses may be submitted electronically to kevin.alvarez@nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2016-201-KMA/listing.html)
 
Record
SN04171436-W 20160707/160705234654-fd857387f632307dec1379a0e103d15f (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.