Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOLICITATION NOTICE

R -- Bioinformatic Services

Notice Date
7/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1103905
 
Archive Date
8/25/2012
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 13 and the format in FAR part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is 1103905, and is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, dated May 18, 2012. The associated North American Industry Classification System Code is 561410, Document Preparation Services, with a small business size standard of $7.0 million dollars. This acquisition is set aside for small businesses. Background and Objectives: The U.S. Food and Drug Administration (FDA) Commissioner has highlighted the need for Regulatory Science to underpin the FDA's decision-making. Solid scientific studies and communications arising from such are critical to support this mission. The work at the National Center for Toxicological Research (NCTR) embraces the needs of the multiple regulatory agencies within the FDA and these have very different focuses (e.g., dietary supplements, tobacco regulation and bioinformatics). The NCTR Division of Bioinformatics and Biostatics conducts research in bioinformatics and chemoinformatics, and develops and coordinates informatics capabilities within NCTR, across FDA Centers, and in the larger toxicology community. The goal of the NCTR Bioinformatics group is to develop methods for the analysis and integration of omics (genomic, transcriptomic, proteomic, and metabolomic) databases with the objective of knowledge discovery and the elucidation of mechanisms of toxicity. Some of NCTR's Bioinformatics projects and tools include:. ArrayTrack - DNA microarray data management, mining, analysis and interpretation software. FDA Label - Full-Text Search of Drug Label Database. SNPTrack - An integrated solution for the management, analysis and interpretation of genetic association study data The Division of Bioinformatics requires a contractor to manage and troubleshoot ArrayTrack and SNPTrack; update user manuals and tutorials; and assist junior staff in understanding how to communicate their results effectively in both written and oral communication. Scope of Work Independently and not as an agent of the Government, the contractor shall work in close coordination with the Division of Bioinformatics and Biostatics at the FDA's NCTR. The contractor shall assist in the management of the Division's bioinformatic tools and advise junior staff in the appropriate methods of writing papers and protocols and provide support in the generation of manuscripts and other documentation. The contractor shall communicate via e-mail, phone calls and by teleconferencing with the NCTR Contracting Officer Representative to make recommendations. This is further detailed in the chart below, Tasks, Deliverables and Milestones. The following Deliverables, Tasks, and Dues dates for Basic Period Deliverables Task Due Dates Review and edit manuscripts and protocols The contractor shall assist the Division of Bioinformatics and Biostatics in the writing of manuscripts and research protocols. The documents will be emailed to the contractor for review. The contractor will review manuscripts and help prepare them for publications as requested. The COR will have the ultimate decision on changes and suggestions made to each manuscript before it is submitted to a journal for publication. Quantity of 20 documents Review and edits complete within 10 business days from date of request by COR for review and edit of manuscript or protocol. Update the user manual for ArrayTrack Software The contractor shall revise the user manual for ArrayTrack and update quarterly First draft within 30 business days from start of contract; final within 2 business days from receipt of changes from COR. Quarterly updates are due no later than February 5, May 5 and August 5 Develop a user manual for the FDALabel software The contractor shall develop a user manual for FDALabel software and update quarterly. First draft within 60 business days from start of contract; final is due within 5 business days from receipt of changes from COR. Quarterly updates are due no later than December 5, March 5, June 5, and September 5 Develop a user manual for the SNPTrack software The contractor shall develop a user manual for SNPTrack software and update quarterly. First draft within 120 business days from start of contract; final is due within 5 business days from receipt of changes from COR. Quarterly updates are due October 5, January 5, April 5, andJuly 5 Troubleshoot ArrayTrack technical problems The contractor shall troubleshoot and resolve ArrayTrack technical problems as they occur Technical problems shall be resolved within 2 business days of COR's report of problem. Conduct Training Sessions for ArrayTrack The contractor shall conduct training sessions for Array Track; 4 training sessions shall be conducted yearly Training shall be conducted quarterly; October, January, April, July Price for Base Period ____________________________ Deliverables, Tasks and Due Dates for Option Years 1-4 Deliverables Tasks Due Dates Review and edit manuscripts and protocols The contractor shall assist the Division of Bioinformatics and Biostatics in the writing of manuscripts and research protocols. The documents will be emailed to the contractor for review. The contractor will review the manuscripts and help prepare them for publications as requested. The COR will have the ultimate decision on changes and suggestions made to each manuscript before it is submitted to a journal for publication. Quantity of 20 documents Review and edits complete within 10 business days from date of initial request by COR for review and edit of manuscript or protocol. Update the user manual for Arraytrack Software The contractor shall update the user manual for ArrayTrack quarterly Quarterly updates are due November 5, February 5, May 5 and September 5 of each Option Year Update the user manual for FDALabel Software The contractor shall update the user manual for FDALabel Software quarterly Quarterly updates are due December 5, March 5, June 5 and September 5 of each Option Year Update the user manual for SNPTrack Software The contractor shall update the user manual for SNPTrack Software quarterly Quarterly updates are due October 5, January 5, April 5, July 5 of each option year Trouble shoot ArrayTrack Technical problems The contractor shall trouble shoot and resolve ArrayTrack technical problems as they occur Technical problems shall be resolved within 2 business days of COR's report of problem. Conduct Training Sessions for ArrayTrack The Contractor shall conduct training sessions for ArrayTrack; 4 training sessions shall be conducted yearly Training shall be conducted quarterly; October, January, April, July All dates are approximate based on an estimated award date of September 1, 2012. Price for Option Period One __________________________ Price for Option Period Two __________________________ Price for Option Period Three _________________________ Price for Option Period Four __________________________ Total Base Plus Option Periods ________________________ The total period of performance for the order resulting from this Request for Quotations shall be five years. Place of Performance shall be the contractor's facility. The purchase order resulting from this Request for Quotations will be a firm fixed price. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition with the following addenda: The offeror agrees to hold its prices firm through September 30, 2012. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following addenda: 352.202-1 Definitions (JAN 2006) 352.222-70 Contractor Cooperation In Equal Employment Opportunity Investigations (JAN 2010) 352.239-72 Security Requirements for Federal Information Technology Resources (JUN 2010) This solicitation incorporates one or more FAR and HHSAR Clauses and Provisions by reference, with the same force and effect as if they were given in full text. The full text may be accessed electronically at this/these address(es): http://www.acquisition.gov and http://dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) "within one (1) day of order expiration;" (c) "The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years." The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contactor shall comply with the additional following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: As prescribed in 12.301(b)(4), insert the following clause: (a) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Evaluation of Offers: Award will be made to the contractor who offers the "best value" to the Government when considering the following factors: 1) Scientific/Technical approach; 2) Past Performance and 3) Price. Scientific/Technical Approach and Past Performance when combined are more important than Price though price remains an important factor. 1. Scientific/Technical approach: Offeror shall demonstrate a thorough understanding of the requirement and demonstrate their approach for performing the work described in the Scope of work and Table of Deliverables, and Tasks (and Due Dates) and how the offeror intends to satisfy the scientific and technical requirements. 2. Past Performance: The Offeror shall provide information for the same or similar types of projects he/she has participated in the following areas. Information provided shall include contact name, number and size of project.. ArrayTrack or similar software. SNPTrack or similar software. Conducting training sessions for scientific personnel. Technical writing and editing. Writing tutorials for bioinformatics tools and databases. Database analysis and management. Biological and Chemical data analysis. Software Design and testing. Proven publication records in scientific journals and publications 3. Price (inclusive of options) Offerors are afforded the opportunity to inspect the ArrayTrack User Manual at http://www.fda.gov/ScienceResearch/BioinformaticsTools/Arraytrack/default.htm. Failure to inspect the manual will not relieve the successful offeror from fully meeting the requirements of the resulting contract at the price offered. Offerors must be registered with Duns and Bradstreet and Central Contract Registration to be eligible for award of a government purchase order. Offerors who fail to complete the required representations and certifications, or reject the terms and conditions of this solicitation may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1103905. The RFQ is due in person, by postal mail, fac or email to the point of contact listed below in Jefferon, AR 72079-9502, no later than 1:00 PM Central Daylight time, August 10, 2012. Any questions regarding this notice shall be submitted to Marcia Park by email to marcia.park@fda.hhs.gov no later than 1:00 PM CDT, August 6, 2012. For information regarding this Request for Quotation, please contact Marcia Park at marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1103905/listing.html)
 
Place of Performance
Address: Contractors place of business, United States
 
Record
SN02813240-W 20120726/120724235709-e4a3c01b13277e52d23af305d2ec3ae5 (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.