Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

R -- Transgenic iPSC line human pluripotent stem cell generation - Attachments

Notice Date
8/21/2018
 
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
NIHDA201800456
 
Archive Date
9/11/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (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 NIHDA201800456 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold (SAT) of $250,000.00. A Fixed-Price type of Purchase Order contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-99-1 / 07-16-2018 (iv) The North American Industry Classification System (NAICS) code for this procurement is 541990- All Other Professional, Scientific and Technical Services with associated small business size standard of $15.0 million. (v) Background The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The Stem Cell Translation Laboratory (SCTL) was created within NCATS to establish and move stem cell technologies forward through a more centralized effort. Part of the NIH Common Fund, the goal of the SCTL is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Through the SCTL, NCATS will provide researchers across various disciplines and organizations with the ability to establish collaborations to advance the translation of regenerative medicine applications. SCTL seeks the generation of seven (7) human pluripotent stem cell reporter lines via lentiviral delivery. Purpose and Objective: The purpose of this requirement is to obtain contractor results of generating transgenic cell lines carrying a Government-provided selected promoter driving an emGFP reporter gene. After antibiotic selection of cells carrying the integrated lenti vector, the resultant pools will be expanded and further characterized. Product Description: The Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform this requirement. The transgenic iPSC line human pluripotent stem cell generation shall involve contractor services performing the services as detailed in the attached Statement of Work. The Statement of Work for which this requirement shall achieve is attached to this solicitation. Contractors shall possess the technical capability to achieve the salient government essential features of this requirement and document evidence of being able to provide the subject requirement that will allow for the essential features described therein to be accomplished. Period of Performance/Delivery: The Government anticipates that 30 weeks of contractor services will be required to successfully perform this requirement after receipt of compounds provided by the Government. GOVERNMENT RESPONSIBILITIES NCATS will supply Promoter(s) of Interest Sequence(s) and confirmation of synthesis plan as well as the Human iPSC line. DELIVERY OR DELIVERABLES Reporting of results must be delivered electronically to NCATS upon completion of the project. Confidentiality of Information: All data is the property of NCATS unless otherwise specified. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order. Inspection and acceptance will be performed at NCATS, located at 9800 Medical Center Drive, Rockville, MD 20850. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Offerors should indicate an estimated delivery time in full after receipt of material to be tested. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2: Responses received to this RFQ will be evaluated on a Trade-Off basis. The award will be made on a competitive best value basis, using "tradeoff" among price-cost and non-price-cost factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-price-cost proposal. In either case, a tradeoff will be conducted. The government reserves such right of flexibility in conducting the evaluation as necessary to assure an award with the contractor providing the best value to the government. Although technical factors are of paramount consideration in the award, cost or price is also important to the overall award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event two or more offerors are determined to be essentially equal following the evaluation of all factors other than cost or price. See source selection criteria located in the Statement of Work. Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order. Prices shall be quoted on a per-task basis with fixed-pricing included for all work to be performed in accomplishing each task. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. See attached document for applicable clauses. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The PRICE QUOTE shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the solicitation number NIHDA201800456. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Mr. Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800456/listing.html)
 
Record
SN05047836-W 20180823/180821231156-a650b30bc5daa8da30e3fdbf6a3c6230 (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.