Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2019 FBO #6486
SOLICITATION NOTICE

Q -- NCATS Study of 100 Human iPSCs in Different Types of Derivatives

Notice Date
8/25/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
6001 Executive Boulevard Room 4211, MSC 9559 Bethesda MD 20892-9559
 
ZIP Code
20892-9559
 
Solicitation Number
75N95019Q00329
 
Response Due
9/3/2019
 
Point of Contact
Mark E. McNally, Contract Specialist, Phone (301) 827-5869, - Jeffrey Schmidt, Contracting Officer, Phone (301) 402-1488
 
E-Mail Address
mark.mcnally@nih.gov, jeffrey.schmidt@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 75N95019Q00329 and the solicitation is issued as a request for quotation (RFQ). 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 expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2019-05, with effective date August 13, 2019. (iv) This requirement is full and open with no set-aside restrictions. The associated NAICS code is 541380 and the small business size standard is $15 million. Responses to this solicitation must include a subcontracting plan. A commercial plan (as defined in FAR 19.701) is the preferred type of subcontracting plan for contractors furnishing commercial items, and offerors may include a copy of their commercial plan in their response to this solicitation. (v) This requirement is for the following services: The Stem Cell Translation Laboratory (SCTL) at NCATS requires six services to be performed by the vendor using 100 SCTL human iPSCs: 1) ATAC-Seq, 2) Histone ChIP-Seq, 3) Methyl MeDIP-Seq, 4) MOD Spec, 5) Reduced Representation Bisulfite Sequencing (RRBS), and 6) Transcription ChIP-Seq. The data generated from these services will be utilized by SCTL scientists to study the transcriptomic and epigenetic profiles of human pluripotent stem cells and their differentiated progeny, such as nociceptor cells, neurons, astrocytes, glial cells, trophectodermal/trophoblast cells and early progenitors committed to ectodermal, mesodermal and endodermal lineages. (vi) The statement of work with a description of the services to be performed is included as Attachment 1 to this Solicitation. (vii) The period of performance will be twelve (12) months, the Government will provide the material for testing; within thirty (30) days of receipt of material the vendor will complete all testing and provide the results. (viii) The full text of the below provisions and clauses may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html The following provisions apply to this acquisition and are incorporated by reference: • FAR 52.204-7, System for Award Management (Oct 2018) • FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) • FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) • FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) • FAR 52.225-6, Trade Agreements Certificate (May 2014) • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The following clauses apply to this acquisition and are incorporated by reference: • FAR 52.204-13, System for Award Management Maintenance (Oct 2018) • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) • FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019). The following clauses under subparagraph (b) are indicated as incorporated by reference: o FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) o FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) o FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) o FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) o FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) o FAR 52.219-8, Utilization of Small Business Concerns (Oct 2018) FAR 52.219-9, Small Business Subcontracting Plan (Aug 2018) o FAR 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) o FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) o FAR 52.222-3, Convict Labor (Jun 2003) o FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) o FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) o FAR 52.222-26, Equal Opportunity (Sep 2016) o FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) o FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) o FAR 52.222-37, Employment Reports on Veterans (Feb 2016) o FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) o FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) o FAR 52.222-54, Employment Eligibility Verification (Oct 2015) o FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) o FAR 52.225-5, Trade Agreements (Aug 2018) o FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) o FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) o FAR 52.242-5, Payments to Small Business Subcontractors (Jan 2017) o FAR 52.222-41, Service Contract Labor Standards (Aug 2018) o FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) o FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) o FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) • FAR 52.227-14, Rights in Data-General (May 2014) • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) • HHSAR 352.223-70, Safety and Health (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: • NIH Invoice and Payment Provisions (2/2014) • Service Contract Labor Standards / Wage Determination. State: Maryland. Area: Counties of Frederick, Montgomery. No. 2015-4269 Revision No. 10. Dated 07/16/2019. 18 pages. * * The applicable Wage Rate Determination will be for the state and county where the work will be performed by the Contractor. Wage Determinations for all applicable states and counties can be accessed here: https://wdolhome.sam.gov/ (ix) The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b)(3) and award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation's requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The evaluation will compare: Technical Capability of the services to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference. The additional FAR clauses under subparagraph (b) incorporated by reference that apply to this acquisition are cited under (viii) of this solicitation. (xiii) There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of providing these services. The quote must be for a firm fixed-price with the total amount inclusive of all costs and fees. 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 quotations must be received by 3:00 p.m., Eastern on Friday, August 30, 2019, and reference Solicitation Number 75N95019Q00329. Responses must be submitted by email to Mark McNally, Contract Specialist, at mark.mcnally@nih.gov. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contract Specialist, 301-827-5869, mark.mcnally@nih.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/75N95019Q00329/listing.html)
 
Record
SN05417751-F 20190827/190825230015 (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.