Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2014 FBO #4653
MODIFICATION

B -- Pronuclear Injections for the Creation of NIDA IRP Transgenic Rat Lines Related to HIV

Notice Date
8/19/2014
 
Notice Type
Modification/Amendment
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-601
 
Archive Date
9/9/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION 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-CSS-14-601 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541690 with a Size Standard of $14 Million. SET-ASIDE STATUS This acquisition is set-aside for small businesses. ACQUISITION AUTHORITY 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-Test Program for Certain Commercial Items; 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 2005-76, dated July 25, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The Optogenetics and Transgenic Technology Core (OTTC) at the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) was established for the purpose of developing technology to understand the contributions and connections of specific neurons in cognitive and behavioral functions related to addiction. Part of these efforts is the development of novel transgenic rats and viral vectors that serve as a versatile platform for understanding the cellular and molecular functions of neurons and glia in cognition, behavior and disease. An emphasis is placed on developing transgenic tools that will be generally useful to the scientific community and made available once published. Purpose The purpose of this requirement is to acquire creation of four (4) lines of transgenic rats through pronuclear injection of bacterial artificial chromosomes (BACs) and plasmid DNA into fertilized rat embryos. Project Requirements The NIDA IRP OTTC requires transgenic rat lines be produced to help study the biology of human immunodeficiency virus (HIV) in the brain. The BAC-injected transgenic rats (referred to as Cre driver rats) being produced will express aninducible Cre recombinase in specific cells of the brain (i.e., neurons, astrocytes, microglia, etc...). The plasmid-injected transgenic rat will harbor a Cre-dependent replication-defective HIV provirus (iHIV rat). Collectively, the rats generated will enable the study of the interactions between drugs of abuse and HIV gene products in the context of rat behavior. Specifically, the NIDA requires the following: 1. The contractor shall purify microinjection-quality BAC DNA from bacterial stocks provided by OTTC. 2. The contractor shall purify and linearize supplied plasmid DNA. 3. The contractor shall perform successful pronuclear injections into rat embryos and implant them in a receptive female rat for each of the three BACs and the linearized plasmid. There will be at least four separate sets of injections; success for each set shall result in the creation of four (4) founder animals. It is expected that sixteen (16) founder animals shall be created. 4. The integration of the plasmid DNA must be targeted to the Rosa26 rat locus. This may be mediated by CRISPR or ZFN technology. The contractor will be provided with donor template Rosa26 homologous arms (each arm will be 800 to 1000 bp in length) flanking the desired transgene. Please see the following citation for more information: Genome Res. 2014 Aug;24(8):1371-83. doi: 10.1101/gr.171538.113. Epub 2014 Jul 2. (http://www.ncbi.nlm.nih.gov/pubmed/24989021) 5. The contractor must guarantee delivery of 4 (four) founders in the Long Evan rat strain for each transgenic strain developed. As detailed in requirement three above, there will be at least four separate sets of injections; success for each set shall result in the creation of four (4) founder animals. It is expected that sixteen (16) founder animals shall be created. 6. The contractor must genotype the pups produced to ensure the specified genes, specifically the tissue specific-Cre-ERT2 inserts and the Rosa26-targeted iHIV, are present in the rat genome. The rats shall be delivered within seven (7) months after contractor receipt of order. Delivery shall be made to 251 Bayview Boulevard, Baltimore MD 21224. The contractor must arrange for transportation of deliverables. Anticipated Period of Performance The period of performance is seven (7) months from date of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Approach The offeror shall provide its technical approach to performing the required tasks identified in this solicitation. 2. Factor 2: Corporate Experience The offeror shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Corporate experience must document the Offeror's ability to provide cryopreservation services to the NIDA OTTC. Experience must be specific to the cryopreservation of rats. Offerors shall include the following information for each contract or purchase order listed: Name of Contracting Organization Contract Number Contract Type Total Contract Value Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW Contract Period of Performance RESPONSE FORMAT 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 offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and should not exceed 10 pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-601. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/ HHS-NIH-NIDA-SSSA-CSS-14-601/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03470794-W 20140821/140820000002-a87b7e58775c1e76529d51154421d6ef (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.