Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

Q -- DNA extraction for longitudinal studies of epigenetic changes and Alzheimer�s Disease in a population-based study: AGES-RS and AD: AGES-RS

Notice Date
5/14/2020 9:25:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-20-006512
 
Response Due
6/12/2020 9:00:00 AM
 
Archive Date
06/27/2020
 
Point of Contact
Diedra Prophet, Phone: 3014028070, Karen Mahon
 
E-Mail Address
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
 
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. The solicitation number is HHS-NIH-NIDA-SSSA-20-006512 and the solicitation is issued as a request for quotes. 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; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-02, with effective date March 30, 2020. The associated NAICS code is 621511 and the small business size standard is $35 Million. This requirement has no set-aside restrictions. The purpose of this requirement is to provide NIA with a contractor that can perform DNA extraction for longitudinal studies of epigenetic changes and Alzheimer�s Disease in a population-based study. Alzheimer�s disease is devastating and global public health problem with an urgency to identify public health interventions and therapeutics. Recent advances in technology provide us with new opportunities to understanding the genetic contribution to disease. This project is leveraged onto an on-going effort to fully characterize the genome and related �omics� in the cohort of men and women who participated in AGES-RS. The project meets NES overall mission to understand the dynamics of the aging process, improving the health, well-being, and independence of aging adults; and supporting the research enterprise. Specifically, NES research aim to Identify prospectively, novel risk factors and mechanisms of brain pathology and translating epidemiologic findings into experimental or clinical trial studies The contractor shall perform and furnish the following:� � Identify the sample for inclusion in the methylation sample. To the extent possible, persons in the whole genome sequencing (WGS) project should be prioritized for inclusion in this study. If the WGS does not meet the sample size target, a random sample from AGES II should be selected. The final sample should conform to a case-cohort study design whereby a random sample of the cohort is selected, that may include cases, and a purposeful sample of cases meeting case definition criteria. The effective number of cases for the analysis is the purposefully selected cases plus the random sample cases. The effective number of controls is the random sample minus cases. Identify and extract DNA from AGES II samples manually from whole blood by the salting out method. This method should be consistent with the procedure used to extract DNA from AGES I for the original genome wide association studies. Anticipated Support for Service: 1 Medical Technician������������������� 80% time for 5 months 2 Medical Technician ������������������ 80% time for 2.5 months 1 Principle Investigator ��������������� (no salary requested) 1 Data Manager �������������� ����������� 80% time for 4.3 months Government Responsibilities: The Government will review and approve the final sample selection frequencies by source of sample (i.e., WGS sample, cases and controls; non GWS sample, cases and controls) Delivery or Deliverables: A final sample selection report should be submitted no later than June 9, 2021. Reporting Requirements: � On an as needed basis, the contractor should report in a timely manner, any arising obstacles to completing the work by the contract deadline. The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated period of performance is 12 months. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision 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�� (End of provision) 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 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause 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 � (End of clause) 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. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018) Standard NIH Invoice and Payment Provisions (2/2014) Interim NIH Invoice and Payment Provisions (2/2014) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability offered to meet the Government requirement, including the ability to provide DNA material from AGES-RS cohort; (ii) price. � � � � � � �Technical is significantly more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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. 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 offers must be received by Friday, June 12, 2020 at 12:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-20-006512. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov. Fax responses will not be accepted. The name(s) and of the individual to contact for information regarding the solicitation: Diedra Prophet,�Contract Specialist,�diedra.prophet@nih.gov � Karen Mahon,�Contracting Officer,� karen.Mahon@nih.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/426c34121099413c96d63bc15cbd6ff9/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05657514-F 20200516/200514230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.