MODIFICATION
Q -- Protein Analysis in Cerebrospinal Fluid Samples
- Notice Date
- 6/16/2023 6:57:09 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
- 75N95023Q00222
- Response Due
- 6/28/2023 6:00:00 AM
- Archive Date
- 07/13/2023
- Point of Contact
- Rashiid Cummins, Karen Mahon
- E-Mail Address
-
rashiid.cummins@nih.gov, Karen.Mahon@nih.gov
(rashiid.cummins@nih.gov, Karen.Mahon@nih.gov)
- 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 75N95023Q00222 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.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04, with effective date June 2, 2023. (iv)������ The associated NAICS code 621511 and the small business size standard is $35 million.�� This requirement has no set-aside restrictions. (v)������� This requirement is for the following services: Protein Analysis in Cerebrospinal Fluid Samples. (vi)������ The Center for Alzheimer�s Disease and Related Dementias (CARD) is endeavoring on a large-scale phenotyping project to characterize patient samples afflicted with Alzheimer�s Disease and Related Dementias (ADRD). To date, alpha synuclein is traditionally difficult to analyze in CSF. Recently, a new method has been developed to identify misfolded ASyn seeds. Identifying misfoled ASyn protein in CSF will advance the National Institute on Aging�s (NIA) understanding of ADRD. Please see the attached Statement of Work (SOW) for detailed requirements. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is: One (1) year (viii)���� 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 (AUG 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (MAR 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2022) 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 (AUG 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (DEC 2022). 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) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUNE 2023) Invoicing Instructions With IPP If the proposed contract exceeds a total estimated cost of $750,000 for the entire period of performance, the offeror shall be required to submit an acceptable subcontracting plan in accordance with FAR Clause No. 52.219-9, incorporated by reference in the Solicitation. The HHS Subcontracting Plan can be found here: https://oamp.od.nih.gov/sites/default/files/DGS/contractingforms/ HHS%20SubK%20Plan%20Template%20-%20updated%20March%202022.pdf� Please note that this template reflects the FY2022 goals. For FY2023, and this procurement, the Small Business Goal of 32.5% shall be applied to the purchase order award dollars. This requirement does not apply to small business concerns. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items (NOV 2021), applies to this acquisition.� (a) 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 to meet the Government�s requirements; (ii) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical and past performance, when combined, are significantly more important than price. (b) 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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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 Unique Entity ID from SAM.gov, 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 questions must be received by 2:00 pm Eastern Time, on Wednesday, June 21, 2023, and reference Solicitation Number 75N95023Q00222. Questions may be submitted electronically to Rashiid.Cummins@nih.gov and Karen.Mahon@nih.gov. All quotations must be received by 9:00 am Eastern Time, on Wednesday, June 28, 2023, and reference Solicitation Number 75N95023Q00222. Responses must be submitted electronically to Rashiid.Cummins@nih.gov and Karen.Mahon@nih.gov. � Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/088e28e76c824cbfa087b011fb43f9ac/view)
- Record
- SN06718459-F 20230618/230616230104 (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 |