SOLICITATION NOTICE
R -- Professional and Research Development Services
- Notice Date
- 4/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-(HG)-2010-138-DLM
- Archive Date
- 5/6/2010
- Point of Contact
- Dorothy Maxwell, Phone: 301-435-0352
- E-Mail Address
-
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is NHLBI-PB-(HG)-2010-138-DLM and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-39 (3/19/2010). Period of Performance: The proposed period of performance for this service will consist of one (12) month basic contract period of 496 Hours and include two (2) options to renew for a twelve month periods at 496 Hours each year. The North American Industry Classification (NAICS) Code is 541712 and the business size standard is 500 Employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is set-aside for a small business. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), intends to award a single, fixed price purchase order for the Disorders of Immunity Section (DIS) of Genetics & Molecular Biology Branch (GMBB), National Human Genome Research Institute (NHGRI), NIH. The mission of DIS of GMBB/NHGRI is to advance research into the genetic bases and clinical presentation of inherited immunodeficiencies. Data obtained from these studies informs the development of gene therapy options for these rare diseases. The DIS has begun work on the development of a mouse model of the human condition, Cartilage-Hair Hypoplasia, a congenital disorder of the immune function associated with dwarfism and skin abnormalities. The disorder is due to mutations of the Rmrp gene. This mouse model will provide information on the cellular and molecular mechanisms leading to the disease phenotype and offer the opportunity to test safety and efficacy of gene therapy for the disease. No other animal model of the disease exists and the successful and complete characterization of the mouse model is of critical importance to the progress of this project. We have also performed initial experiments to generate a zebrafish model of reduced expression of the Rmrp gene that will allow studying the effects of Rmrp during development. The specific objectives are to breed the B6.Rmrptm1 mice to expand the colony and to generate enough animals carrying the genetic defect in the Rmrp gene for a thorough characterization of the phenotype. One additional objective is the characterization of zebrafish embryos with reduced expression of the Rmrp gene. To achieve these aims, the contractor is expected to: •Identify animals with the appropriate genetic background to be used as breeding pairs •Analyze the animals born to the breeding pairs for the presence/absence of the mutated B6.Rmrptm1 gene •Analyze the characteristics of the immune system in the affected mice •Analyze the characteristics of the skeletal system in the affected mice •Examine zebrafish embryos at different time points after injection of anti-Rmrp oligonucleotides •Characterize immune development in injected embryos •Characterize bone development in injected embryos The contractor shall be required to: •Set up mouse breeding pairs, verify that mating has occurred, monitor mice for birth of litters. •Perform genotypic analysis of born pups and/or embryos by sequencing of the DNA obtained from tail snips. •Sacrifice pregnant mice at desired time to obtain affected embryos. •Analyze the histological structure of mouse lymphoid organs •Analyze numbers and function of mouse peripheral blood and organ-based immune cells •Analyze the histological structure of the mouse bone and cartilage tissues. •Analyze the histological structure of mouse skin and hair. •Document morphology of injected zebrafish embryos at different time points •Analyze the presence of markers of immunological, hematological and bone development •Confirm findings with alternate oligonucleotides and other standard procedures Standard histology, biochemical and immunological methods will be used for these tasks. The results of the studies should be provided both as raw data and as presentation files The Government will furnish the laboratory animals, reagents and laboratory space and instruments for the proper conduction of the studies. The Government will review and approve the design of the experiments and the resulting data. Weekly informal updates on the progress of the study and monthly detailed presentations will be required. Formal inspection and acceptance of the results will occur at monthly meetings during which the contractor will present progress report, emerging data and future plans. Offerors will be evaluated on two evaluation criteria: (1) Personnel: MD or PhD with experience in genetic bases and clinical presentations of inherited immunodeficiencies. Experience with genotyping mouse colonies and extensive experience with Zebrafish modeling; (2) Technical Approach: Offerors understanding of the technical approach including tasks to be performed and methods that would be employed to ensure the desired level of quality control. FAR Provisions apply to this acquisition are: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) ; 2) As stated in FAR Clause 52.212-2 (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; 3) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The Offeror must include in their quotation the hourly rate, total cost per year, price list, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and Online Representations and Certifications Application (ORCA) www.bpn.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis or by April 21, 2010, 7:30 am, Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HG)-2010-138-DLM. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Boulevard, Room 6149, Bethesda, Maryland 20892, Attention: Dorothy Maxwell. Responses may be submitted electronically to maxwelld@mail.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2010-138-DLM/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892-7902, United States
- Zip Code: 20892-7902
- Zip Code: 20892-7902
- Record
- SN02124162-W 20100418/100416235046-c78ed74785671438d4c8e2ebdaddd9cb (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 |