SOLICITATION NOTICE
R -- 30 animal lines - Terms and Conditions Addenda - Invoice Instructions
- Notice Date
- 9/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-RFQ-2017-737
- Archive Date
- 9/30/2017
- Point of Contact
- Zenab A. Chowdhry, Phone: 3018276909, Nancy Lamon-Kritikos,
- E-Mail Address
-
zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov
(zenab.chowdhry@nih.gov, nancy.lamon-kritikos@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Invoice Instructions Addendum Invoice Instructions Terms and Conditions Terms and Conditions Solicitation No. HHS-NIH-NIDA-SSSA-RFQ-2017-737 Standard Form 18, Request for Quotation (RFQ) TABLE OF CONTENTS PART I - INSTRUCTIONS ARTICLE 1 - General...............................................................................2 ARTICLE 2 - Quote Submission..................................................................3 ARTICLE 3 - Socio-Economic Small Business Set-Aside Program.....................3 ARTICLE 4 - Price Reductions....................................................................3 ARTICLE 5 - Evaluation of Quotes and Award Determination............................3 ARTICLE 6 - Evaluation Criteria..................................................................4 ARTICLE 7 - Period of Performance.............................................................5 ARTICLE 8 - Price Quote............................................................................5 ARTICLE 9 - Technical Approach / Plan.........................................................5 ARTICLE 10 - Quote Packaging and Delivery Instructions.................................6 PART II: CONTRACT ADMINISTRATION................................................................7 PART III: PURCHASE DESCRIPTION / SPECIFICATIONS / SCOPE OF WORK / STATEMENT OF WORK........................................................................................................12 Standard Form 18, Request for Quotation (RFQ) PART I - INSTRUCTIONS ARTICLE 1 - General This request for quote is issued in accordance with the Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures. This request for quote does not commit the Government to pay any cost incurred in the submission of quotes or make necessary studies or designs for the preparation thereof, nor to procure or contract for the articles or services. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. Any other commitment, either explicit or implied, is invalid. In addition to the clauses/provision of this request for quote, the resultant purchase order shall include any clauses/provisions required by Public Law, Executive Order, or acquisition regulations, in effect at the time of execution of the award. Responses to this RFQ are not to be considered an offer that can be accepted by the Government to form a binding contract. The actual purchase order award is considered the offer by the Government to the contractor and the contractor's written acceptance of the purchase order, or the commencement of performance under the purchase order, is the contractor's indication of their acceptance of the offer. THE GOVERNMENT RESERVES THE RIGHT TO MAKE AN AWARD WITHOUT FURTHER DISCUSSIONS OF THE QUOTES RECEIVED. THEREFORE, IT IS IMPORTANT THAT THE QUOTE IS INITIALLY SUBMITTED ON THE MOST FAVORABLE TERMS FROM BOTH THE TECHNICAL AND COST STANDPOINTS. All communications must be directed to the attention of the Contract Specialist / Contracting Officer. All documents and deliverables described in this RFQ and amendments or modifications, shall be submitted in a professional manner and on the prime contractor's letterhead. All work (hardware, software and services) will be Year 2000 Compliant. ARTICLE 2 - Quote Submission Responses to this RFQ are due on September 15, 2017 at 12:00 PM Eastern Standard Time. The Contractor must submit with their quote the following:  Cost-Price Quote  Technical Specifications or Technical Plan, if applicable;  Dun and Bradstreet Number (DUNS); and  Verification of System for Award Management (SAM) Registration www.sam.gov. ARTICLE 3 - Socio-Economic Small Business Set-Aside Program 1. The intended procurement is classified under NAICS code 541990 -- All Other Professional, Scientific, and Technical Services with associated business size standard $15,000,000. 2. This requirement is unrestricted. ARTICLE 4 - Price Reductions Vendors are expected to propose pricing that is fair and reasonable and should consider offering price reductions which are guided by the complexity, scope and estimated value of the requirement. ARTICLE 5 - Evaluation of Quotes and Award Determination 1. The Government will evaluate all responses received on using the evaluation criteria set forth in the article titled: "Evaluation Criteria" 2. Each quote will be evaluated in strict conformity with the evaluation factors, utilizing written critiques. The evaluation will be based upon the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ and will use an adjectival evaluation scheme based on the following ratings: _Excellent; _Good; _Acceptable; _Marginal; _Unacceptable; _Neutral Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. The risk of unsuccessful performance is very low as the proposal provides a clear understanding of the requirements and demonstrates the offerors ability to meet the requirement. Risk Level: Very Low Good The proposal demonstrates an approach which is expected to meet all requirements and objectives. This approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains alternative solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High 3. The price quoted will also be evaluated taking into consideration any price reductions, the level of effort and the mix of labor proposed to perform the task(s) being ordered. A price reasonable determination will be made and a best value analysis will be performed. The best value analysis will take into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The analysis will document that the award represents the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. The Government reserves the right to issue an order to the best value of the Government, technical merit, price, and other factors considered. 4. All aspects of a quote are subject to discussion, including price, technical approach and terms and conditions. At the completion of discussions, the contractor will ensure his technical plan and price quote reflects the mutual understandings of the requirement and if requested, submit a revised technical plan and price quote to the Contracting Officer. The technical plan should consist of the contractor's intent and approach to this particular effort, any considerations that should be made by the government, as well as any additional information that expresses the Contractor's position above others for this effort. 5. The Government may request clarifying information from the schedule contractor, as it relates to its quote. 6. If an award will be made without conducting discussions, schedule contractors may be given the opportunity to clarify certain aspects of their quote or to resolve minor or clerical errors. 7. The Government reserves the right to make a single award, multiple awards, or no award at all as a result of the RFQ. In addition, the RFQ may be amended or canceled as necessary to meet the Government's requirements. ARTICLE 6 - Evaluation Criteria 1. Technical Evaluation Criteria The Government will award a contract or purchase order resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below: Factor 1: Technical Approach The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the efforts to be performed and the skill level required to perform them. Approach shall be evaluated for animal husbandry resources, animal data tracking expertise, and technical expertise in using software for data collection. The proposal shall also be evaluated for ability to meet lighting condition requirements for circadian tasks and ability to provide equipment for the statement of work tasks. Capability in these areas shall be viewed favorably. Factor 2: Past Performance The Contractor shall provide at least two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: a. Name of Organization b. Brief Description of Contractor's Responsibilities c. Contact Name and Title d. Contract email address and phone number Past Performance shall be evaluated for relevance to implementing animals to special light cycles, collecting and analyzing data, and carrying out histology and molecular biology tasks. ARTICLE 7 - Period of Performance The anticipated period of performance for this requirement will be effective on or around September 30, 2017 through September 29, 2018. The Government contemplates a firm fixed price purchase order. ARTICLE 8 - Price Quote The Vendor shall submit a price quote for each period of performance with the following: 1. Price per unit (double or triple mutant animal line), for a total of 30 units 2. Breakdown of unit price 3. Total price proposed 4. All other relevant information and documentation that the item(s) quoted meets the salient physical, functional, or performance characteristics as specified in the purchase description, brand name or equal description, or brand name only description. ARTICLE 9 - Technical Approach / Plan 1. Instructions The Contractor must submit a technical plan and price quote for this requirement to the Contract Specialist / Contracting Officer cited herein. The total number of pages, (combination of technical plan and price quote) must not exceed 25 pages in length, excluding resumes. The Contractor shall submit its quote electronically in a "read only" format. A detailed work plan must be submitted indicating how each aspect of the statement of work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical plan should reflect a clear understanding of the nature of the work being undertaken. The technical plan must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of important events or tasks. Plans which merely state that the tasks will be conducted in accordance with the requirements of the Government's scope of work will not be eligible for further consideration. The schedule contractor must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. The technical plan shall include:  Technical Approach of how the work will be performed.  A milestones and time lines for the project, indicating the estimated period of performance for each task.  Facilities and /or resources used. 2. Technical Plan Format The suggested outline for the technical plan is as follows: a. Work Scope b. Objectives. State the overall objectives and the specific accomplishments you hope to achieve. Indicate the rationale for your plan, and relationship to comparable work in progress elsewhere. Review pertinent work already published which is relevant to this project and your proposed approach. This should support the scope of the project as you perceive it. c. Approach. Discuss the possible or probable outcome of approaches proposed. d. Methods. Describe in detail the methodologies you will use for the project, indicating your level of experience with each, areas of anticipated difficulties, and any unusual expenses you anticipate. e. Schedule. Provide a schedule for completion of the work and delivery of items specified in the statement of work. Performance or delivery schedules shall be indicated for phases or segments, as applicable, as well as for the overall program. Schedules shall be shown in terms of calendar months from the date of authorization to proceed or, where applicable, from the date of a stated event, as for example, receipt of a required approval by the Contracting Officer. Unless the request for quotes indicates that the stipulated schedules are mandatory, they shall be treated as desired or recommended schedules. In this event, Plans based upon the schedule contractor's best alternative schedule, involving no overtime, extra shift or other premium, will be accepted for consideration. f. Personnel. Describe the experience and qualifications of personnel who will be assigned for direct work on this project. Information is required which will show the composition of the task or work group, its general qualifications, and recent experience with similar equipment or programs. ARTICLE 10 - Quote Packaging and Delivery Instructions The quote must be submitted in accordance with Part I - "Instructions." PLEASE READ THE FOLLOWING INFORMATION CAREFULLY: Responses to the Request for Quote are due on the specified closing date at local prevailing time. The response must be submitted in a "read-only" electronic format via e-mail to the Contract Specialist citing the RFQ number and the name of firm in the subject line. In the event that an electronic copy cannot be submitted, a print copy must be received by the due date and addressed in accordance with the instructions below. The external package marking of the print copies, shall be marked with the RFQ Number cited in block 1 on the SF18 Request for Quotation. RFQ packages shall be delivered only via electronic format to Mrs. Zenab Chowdhry, Contract Specialist, at zenab.chowdhry@nih.gov. PART II CONTRACT ADMINISTRATION Price and Costs The total estimated amount of this contract shall not exceed tiny_mce_markerlt;to be specified>. 1. Contact Points Contracting Officer's Representative (COR) / Project Officer (PO): A COR shall be appointed at time of award. Contract Specialist: Zenab Chowdhry, Contract Specialist 6001 Executive Blvd NSC, SSSA, NIDA, NIH Rockville, MD 20852 Telephone Number: 301-827-6909 Email Address: zenab.chowdhry@nih.gov Contracting Officer: Nancy Lamon-Kritikos, Contracting Officer 6001 Executive Blvd Room 3170, NSC, SSSA, NIDA, NIH Rockville, MD 20852 Telephone Number: 301-480-2447 Email Address: nancy.lamon-kritikos@nih.gov The Vendor's primary contact after award will be with the COR/PO, who will provide information, clarifications to the requirement, and answer questions. All correspondence, letters, reports, and other deliverables will be submitted to the COR/PO for acceptance. The Contracting Officer (CO) is the only person with authority to act as agent of the Government. Only the CO has authority to: (1) direct or negotiate any changes; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance; or (5) otherwise change any terms and conditions of the award. 2. Contracting Officer's Representative (COR) A COR shall be appointed at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change the COR designation. 3. Invoice and Payment Provisions (2/2014) The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: Prompt Payment (Jul 2013) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I Invoice Requirements A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II. below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 D. In order to facilitate the prompt payment of invoices, the vendor must submit an electronic copy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document at NIDASSSAPurchaseRequ@mail.nih.gov II. Invoice Payment A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. Interest Penalties A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with an term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (December 2013) a. Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b. The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. c. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) In order to facilitate the prompt payment of invoices, the National Institute on Drug Abuse, Station Support Contracts and Simplified Acquisition Branch request the Contractor / Vendor to submit an electronic copy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document to: NIDASSSAPurchaseRequ@mail.nih.gov. 4. FAR Clauses incorporated as attachments: 52.213-4, Terms and Conditions--Simplified Acquisitions (Other Than Commercial Items). (JAN 2017) with Addenda 5. Applicable Information Security Clauses SECURITY CATEGORIZATION OF FEDERAL INFORMATION AND INFORMATION SYSTEMS (FIPS 199 Assessment) Information Type: [_] Administrative, Management and Support Information: [X] Mission Based Information: Security Categories and Levels: Confidentiality Level: [X] Low [_] Moderate [_] High Integrity Level: [X] Low [_] Moderate [_] High Availability Level: [X] Low [_] Moderate [_] High Overall Level: [X] Low [_] Moderate [_] High ARTICLE C of the solicitation - DESCRIPTION-SPECIFICATION-WORKSTATEMENT-STATEMENT OF WORK [X] Contractor - Employee Non-Disclosure Agreement(s) SOLICITATIONS AND CONTRACTS THAT INCLUDE THE INFORMATION AND PHYSICAL ACCESS SECURITY ARTICLE IN SECTION H The contractor shall complete and submit a signed and witnessed "Commitment to Protect Non-Public Information - Contractor Agreement" form for each contractor and subcontractor employee who may have access to non-public Department information under this contract. This form is located at: https://ocio.nih.gov/aboutus/publicinfosecurity/acquisition/Documents/Nondisclosure.pdf. (Reference subparagraph E.3.d. of the INFORMATION AND PHYSICAL ACCESS SECURITY Article in SECTION H of this contract.) ARTICLE H of the Solicitation - SPECIAL CONTRACT REQUIREMENTS [X] Standard for Encryption language, HHSAR 352.239-71, (January 2010) SOLICITATIONS AND CONTRACTS THAT INVOLVE THE ACQUISITION OR LEASE OF, OR THE REQUIREMENT TO USE, DESKTOP OR LAPTOP COMPUTERS, MOBILE DEVICES, OR PORTABLE MEDIA TO STORE OR PROCESS HHS SENSITIVE INFORMATION THAT THE PROJECT OFFICER CATEGORIZES AS MODERATE OR HIGH UNDER FEDERAL INFORMATION PROCESSING STANDARD a. The Contractor shall use Federal Information processing Standard (FIPS) 140-2-compliant encryption (Security) Requirements for Cryptographic Module, as amended) to protect all instances of HHS sensitive information during storage and transmission. (Note: The Government has determined that HHS information under this contract is considered "sensitive" in accordance with FIPS 199, Standards for Security Categorization of Federal Information and Information Systems, dated February 2004). b. The Contractor shall verify that the selected encryption product has been validated under the Cryptographic Module Validation Program (see http://csrc.nist.gov/groups/STM/cmvp/ ) to confirm compliance with FIPS 140-2 (as amended). The Contractor shall provide a written copy of the validation documentation to the Contracting Officer and the Contracting Officer's Technical Representative. c. The Contractor shall use the Key Management Key (see FIPS 201, Chapter 4, as amended) on the HHS personal identification verification (PIV) card; or alternatively, the Contractor shall establish and use a key recovery mechanism to ensure the ability for authorized personnel to decrypt and recover all encrypted information (see http://csrc.nist.gov/drivers/documents/ombencryption-guidance.pdf ). The Contractor shall notify the Contracting Officer and the Contracting Officer's Technical Representative of personnel authorized to decrypt and recover all encrypted information. d. The Contractor shall securely generate and manage encryption keys to prevent unauthorized decryption of information in accordance with FIPS 140-2 (as amended). e. The Contractor shall ensure that this standard is incorporated into the Contractor's property management/control system or establish a separate procedure to account for all laptop computers, desktop computers, and other mobile devices and portable media that store or process sensitive HHS information. f. The Contractor shall ensure that its subcontractors (all tiers) which perform work under this contract comply with the requirements contained in this clause. [X] Loss and/or Disclosure of Personally Identifiable Information (PII) - Notification of Data Breach SOLICITATIONS AND CONTRACTS WHEN CONTRACTOR/SUBCONTRACTOR PERSONNEL WILL HAVE ACCESS TO, OR USE OF PERSONALLY IDENTIFIABLE INFORMATION (PII), INCLUDING INSTANCES OF REMOTE ACCESS TO OR PHYSICAL REMOVAL OF SUCH INFORMATION BEYOND AGENCY PREMISES OR CONTROL The Contractor shall report all suspected or confirmed incidents involving the loss and/or disclosure of PII in electronic or physical form.Notification shall be made to the NIH Incident Response Team (IRT) via email ( IRT@mail.nih.gov ) within one hour of discovering the incident. The Contractor shall follow up with IRT by completing and submitting one of the applicable two forms below within three (3) work days of incident discovery: NIH PII Spillage Report at: https://ocio.nih.gov/InfoSecurity/Policy/Documents/NIH_PII_Spillage_Proced.doc NIH Lost or Stolen Assets Report at: https://ocio.nih.gov/InfoSecurity/Policy/Documents/ISSO_Stolen_Device-Media_Handling_Procedures.doc PART III - STATEMENT OF WORK GENERAL INFORMATION Title of Project: Circadian Rhythm Tracking and Data Analysis Statement of Need and Purpose: The purpose of this acquisition is to procure thirty (30) animal lines as double or triple mutant lines to record circadian rhythmic data retrieved from animal specimens based on their behaviors when exposed to both light and dark environments. These services are needed to directly replicate certain aspects of our existing research. We are currently unable to perform the services being requested due to the lack of laboratory and facility space in addition to constraints on the number of animals and the housing of these specimens would require to fulfill specific aspects in support of our research. Background Information: The Section on Light and Circadian Rhythms' aim is to understand the development and role of atypical mammalian photoreceptors, melanosin-containing retinal ganglion cells, in non-image forming (NIF) visual functions. These functions include circadian photoentrainment, pupillary light reflex, sleep, and direct light effects on behavior. We will also explore the effects of light on learning, memory, and mood and the mechanism by which light activates the melanopsin-containing cells. The main common tool used in all these studies is genetically mutated animal lines. Period of Performance: The anticipated period of performance for this requirement will be effective on or around September 30, 2017 through September 29, 2018 Place of Performance: The place of performance shall be the contractor's site. SCOPE OF WORK General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the specific requirements detailed below. Specific Requirements: The Contractor shall: 1. Provide the husbandry and breeding service for 30 double or triple mutant animal lines. 2. Conduct genotyping for 30 double or triple mutant animal lines. The cost of PCR reagents will be included in this service order. 3. Precisely control and manage special lighting conditions as directed by the NIH. 4. Collect mouse wheel-running and body temperature data from 30 mutant lines under each special lighting condition designed for different circadian experiment. 5. Conduct multiple behavioral tests using 30 mutant animal lines under special lighting conditions as directed by the NIH. 6. Collect actogram data sets and animal specimens from each support task performed for further analysis. 7. Conduct routine immunohistochemistry, in situ hybridization and sequencing procedures on the animal specimens collected from these support task performed. The contractor shall provide for all reagents (for example antibodies, fluorescent probes, et al.) associated with this requirement. GOVERNMENT RESPONSIBILITIES The Government will provide: 1. Lighting condition information for circadian tracking tasks. 2. Data collection software and templates for documenting task results. DELIVERY OR DELIVERABLES Delivery All data shall be returned to Dr. Samer Hattar on an external hard drive. The data files shall be in the following format: 1. The genotyping data will be delivered in Excel file format. 2. The lighting condition, wheel-running and body temperature data, and other behavioral tests data will be delivered in the format of each software used for data collection. 3. The data from immunohistochemistry, in situ hybridization and sequencing experiments will be delivered in Excel file and image file format. OTHER CONSIDERATIONS Travel: Travel is not required or authorized. Data Rights: The National Institute on Mental Health shall have unlimited rights to and ownership of all deliverables provided under this order. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions". FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and made a part of this contract/order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-RFQ-2017-737/listing.html)
- Record
- SN04670580-W 20170913/170911231740-bc4373afc1a1072912a9fac783305719 (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 |