SOLICITATION NOTICE
R -- High-Level Research Technician
- Notice Date
- 7/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- 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-RFQ-15-541
- Archive Date
- 8/13/2015
- Point of Contact
- Megan Ault,
- E-Mail Address
-
megan.ault@nih.gov
(megan.ault@nih.gov)
- Small Business Set-Aside
- N/A
- 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-RFQ-15-541 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 541711 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is a full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) 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 2005-82, dated May 7, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) requires a high-level research technician services in support of a new research project. Project Requirements Independently, and not as an agent of the government, the contractor shall: 1.Provide a high-level Ph.D.-trained research technician with expertise in both in vivo and in vitro electrophysiology. The technician must also have a strong knowledge of behavioral techniques and rodent neuroscience. 2.Maintain working laboratory in close proximity to NIDA IRP to allow frequent travel of research technician between laboratories. 3.Work collaboratively between the NIDA IRP Synaptic Plasticity Section laboratory and the contractor's laboratory laboratories to ensure communication of research results and project progress. 4.Participate in regular meetings with the NIDA IRP Synaptic Plasticity Section, headed by Dr. Antonello Bonci. 5.Have outstanding scientific expertise in optogenetic approaches to identify dopaminergic and serotonergic neurons in live rodents. 6.Perform recordings from identified dopaminergic and serotoninergic neurons while an experimental animal is engaged in a behavioral task 7.Perform recordings from identified serotoninergic and dopaminergic neurons that project to one specific region from those that project elsewhere, allowing us to understand the input-output specificity at a circuit level. 8.Provide quarterly (every 3 months) written reports to the Contracting Officer's Representative (COR) regarding the contributions and progress made toward the goals of the research project. Anticipated Period of Performance The period of performance for this requirement is: Base Year:08/01/2015 to 07/31/2016 Option Year 1:08/01/2016 to 07/31/2017 Option Year 2:08/01/2017 to 07/31/2018 Contract Type The Government intends to issue a firm fixed price contract 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. FAR clause 52.217-8 Option to Extend Services (Nov 1999). FAR clause 52.217-9 Option to Extend the Term of the Contract (Mar 2000). 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 (50%) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. 2.Factor 2: Staffing Plan (50%) The Offerer shall propose a staffing plan based upon the tasks outlined in the Statement of Work (SOW). Offerors must provide a narrative detailing the rationale for labor categories and quantity of staff proposed to perform each required task. The Offeror shall submit resumes for the research technician with the contractor's staffing plan. 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. 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." CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-15-541. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-15-541/listing.html)
- Place of Performance
- Address: NIDA IRP Synaptic Plasticity Section, 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Record
- SN03803286-W 20150722/150720235315-3851a498fb59fc6216c916173214ba3d (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 |