Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2014 FBO #4633
SOLICITATION NOTICE

B -- Design and generation of three transgenic mice

Notice Date
7/30/2014
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-2014-PSOL-273
 
Archive Date
8/23/2014
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract on a sole source basis without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL-273 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Cyagen Biosciences Inc., 2255 Martin Ave # E, Santa Clara, CA 95050. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-73, dated July 1, 2014. A notice regarding any set-aside restrictions, the associated NAICS 541690 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institute on Aging intends to procure on a sole source basis a Consultation, Design and Generation of Knockout and Knocking Mouse. Purpose and Objectives: The purpose of this purchase is to design and generate three strains of mice that are required for continued research excellence in the plasma membrane redox field. The objective is to understand the roles that NQO1 and CYB5R contribute to longevity and health span. Because the proposed design includes conditional genetic strategies, we will be able to study the roles of these two proteins in a development-independent fashion. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) For the design and consultation of each of the three animals being ordered from Cyagen: 1.Construction of Gene Targeting Vector: Cyagen will design the vector after consulting with the client and initiate vector construction upon receiving client approval of gene targeting strategy. 2.Targeting in ES Cells: Cyagen will perform high-quality DNA purification followed by linearization. Cyagen will then perform electroporation of the linearized targeting vector into ES cells, followed by appropriate drug selection and subsequent picking of drug resistant clones. Long-range PCR will be conducted to screen for ES cell clones that are correctly targeted on one homology arm. Up to 6 of these PCR-positive clones will be expanded and subject to Southern blotting to confirm proper targeting on both homology arms. Cyagen will screen up to 384 ES cells clones, or obtain a minimum of 2 correctly targeted clones, whichever comes first.
 3.Karyotyping ES Cells: Cyagen will perform chromosome counting on at least 50 cells to ensure that the cells have the proper number of chromosomes. 4.Chimera Production: Cyagen will inject targeted ES cell clones into blastocysts, followed by transfer into surrogate mothers to obtain chimera lines. If the clones are generated in house, Cyagen will typically inject up to 4 ES cell clones per gene as the standard practice. The animals generated by the above strategy will be bred as described: F1 Mutants Male chimeras will be bred to wildtype female mice. Offspring will be genotyped by PCR. This verified offspring is the deliverable. GOVERNMENT RESPONSIBILITIES The government will provide Cyagen with gene descriptions and accession numbers to confirm proper genetic design. DELIVERY OR DELIVERABLES 1. Description of Tasks and Associated Deliverables: Cyagen will deliver the verified mouse offspring from the genetic design listed above. 2. Reporting Requirements N/A TRAVEL N/A CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL Cyagen's scientists are highly trained genetic engineers and mouse reproductive specialist who are highly qualified for the scope of this work. SECURITY REQUIREMENTS: N/A DATA RIGHTS The TGB/NIA/NIH shall have unlimited rights to and ownership of all deliverables provided under this Cyagen contract, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic Cyagen Contract and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) Place of Performance: 251 Bayview Blvd, Suite 100, 04C221 Baltimore, MD 21224 The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), 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 Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. 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. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by August 8, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL-273. Responses may be submitted electronically to rodney.brooks@nih.gov "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SS-SA)-2014-PSOL-273 /listing.html)
 
Record
SN03443730-W 20140801/140730235724-ced64dc1fe062589879be2e79f79a32d (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.