SOLICITATION NOTICE
88 -- Rat Model Development/generation
- Notice Date
- 8/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112990
— All Other Animal Production
- 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-15-645
- Archive Date
- 9/19/2015
- Point of Contact
- Farrin Stanton, , ,
- E-Mail Address
-
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Solicitation Number for this acquisition is HHS-NIH-NIDA-SSSA-CSS-15-645 and the solicitation is being issued as a Request for Proposal (RFP). THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. SET ASIDE STATUS This is an unrestrictive solicitation. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The North American Industry Classification System (NAICS) Code for this procurement is 112990( All other Animal production) and the Small Business Size Standard is $.75 million. 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 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 2005-83, dated August 5, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. The Optogenetics and Transgenic Technology Core (OTTC) at the NIDA 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. As the OTTC continues its work to develop novel transgenic models of addiction, they are working to adopt and develop techniques that use rat spermatogonial stem cells (SSCs) as the basis of creating and preserving transgenic rats. Purpose This procurement shall meet the following objectives: 1. Obtain a spermatogonial stem cell (SSC) line derived from Long Evans rats that can be used for successful implantation into recipient Long Evans male that has been either chemically or genetically depleted of SSCs. Additionally, the SSC line must be able to be cyropreserved and recovered for further manipulation to generate a transgenic rat. 2. Obtain a genetically-induced sterile male Long Evans rat analogous to the previously reported Dazl-deficient Sprague Dawley rats (published by director of the core facility listed in the JOFOC accompanying this SOW) to be used as recipients for genetically modified Long Evans rat spermatogonial stem cells. 3. Obtain Long Evans rats that express Cre recombinase from the vGlut3 promoter in neurons. Project Requirements: The contractor must provide the following: 1. Spermatogonial stem cells from Long Evans rats. The isolated lines must be demonstrated to 1) be capable of genetic modification, implantation into recipient, and successful mating with female to produce transgenic progeny; and 2) same as above but from cryopreserved cells. As deliverables, NIDA IRP shall receive 5 cryovials of LE SSCs. Recovery of the cells following delivery is guaranteed. 2. Long Evans rat analogous to that previously reported male-sterile, Dazl-deficient Sprague Dawley rats to be used as recipients for genetically modified Long Evans rat spermatogonial stem cells. The previously reported Sprague Dawley rat spermatogonial lines yield 100% germline transmission from male-sterile, Dazl-deficient rats (Richardson et al Sterile testis complementation with spermatogonial lines restores fertility to DAZL-deficient rats and maximizes donor germline transmission. PloS one. 2009;4(7):e6308. doi: 10.1371/journal.pone.0006308. PubMed PMID: 19621088; PMCID: 2710001.) Maximal donor germline transmissions rates are due to the lack of endogenous sperm competition by the male-sterile Dazl-deficient recipients. Lack of competition for donor-derived spermatozoa facilitates donor germline transmission from rat spermatogonial lines following genetic modification and selection in culture. The contractor will also confirm that the rats are depleted of SSCs and they are capable of receiving donor SSCs to successfully produce offspring from the donor SSCs using a transgenic reporter in the donor SSCs. 3. The vendor shall be capable of providing rats with a specific modification of a “2a-Cre” at the vGluT3 gene in Long Evans rats. Deliverables will consist of 4 genotype confirmed heterozygous animals. At least 2 frozen vials of SSCs per animal will also be provided. The contractor would provide evidence of confirmed contracted specifications at the vGluT3 gene. NIDA would supply 3 different DNA constructs (to address what size of homologous arms may be most effective) and CRISPR reagents that have been verified in a rat cell line. NIDA requires the following: Item number Description Long Evans-derived spermatogonial stem cells (recovery guaranteed) 5 Cryovials Generation of a male-sterile recipient Long Evans rat model for donor spermatogonial stem cells Female breeders Production of vGluT3- 2A-Cre Long Evans Rats via SSCs/CRISPR Rats will be heterozygous knockins Delivery Requirements/Period of Performance The Contractor shall deliver the requested 12 months from the date of award. Contract Type The Government intends to issue a firm fixed price contract for this requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 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 contract 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: Factor 1: Technical Approach (80 points) 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. Factor 2: Deliverables (20 Points) The Offer shall detail in its technical proposal how it shall meet the requirements of the deliverables. AWARD CRITERIA a. The acceptability of the technical portion of each contract offer will be evaluated by a technical review committee. The committee will evaluate each offer in strict conformity with the evaluation criteria of the solicitation. The committee may suggest that the Contracting Officer request clarifying information from an offeror. b. The business portion of each contract offer will be evaluated for reasonableness of the Offeror's firm to supply the services required. c. The selection for award will be based on the offer that proposes the best value to the Government. Potential for Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. Contracting Officer's Representative A Contracting Officer's Representative (COR) will be identified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 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 1) a technical response and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to ten-sided 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." NOTE Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-645. Responses shall be submitted electronically via email to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-645/listing.html)
- Place of Performance
- Address: 31 Center Drive, Bethesda, Maryland, 20879, United States
- Zip Code: 20879
- Zip Code: 20879
- Record
- SN03853997-W 20150827/150825235154-7b37cc79e12eda5c85b033ff7494c6b1 (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 |