Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

B -- Use of Mouse Knockout Models to Determine the Function of Insulin in Taste Bud Cells - Attachments

Notice Date
2/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2016-196
 
Archive Date
3/11/2016
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 Copy of Solicitation Terms and Conditions Invoicing Instructions Evaluation Criteria SOW COMPETITIVE SOLICITATION Title: Use of Mouse Knockout Models to Determine the Function of Insulin in Taste Bud Cells INTRODUCTION: (1)This is a solicitation for commercial items prepared in accordance with the format in FAR Part 12 as supplemented with additional information included in this notice. This announcement constitutes the only written solicitation; proposals are being requested and a separate solicitation will not be issued. (2)The solicitation number is HHS-NIH-NIDA-SSSA-2016-196 and the solicitation is issued as a request for proposal (RFP). The Government intends to issue a firm fixed price purchase order for this requirement. ACQUISITION AUTHORITY: This acquisition is for a commercial 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. (3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2 dated February 1, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: (4)The associated NAICS code is 541380 and the small business size standard is $15 Million. BACKGROUND: (5)The National Institute on Aging (NIA) is conducting a project to determine the function of insulin in the taste buds cells of the tongue by specifically deleting insulin in the taste bud cells of the tongue of mice but allowing for normal expression of insulin in the islets of Langerhans in the pancreas. DESCRIPTION OF REQUIREMENT: (6)The purpose of this requirement is to procure production services for three mouse models and produce a fourth mouse model which will help to determine the function of insulin in the taste buds cells of the tongue by specifically deleting insulin in the taste bud cells of the tongue of mice but allowing for normal expression of insulin in the islets of Langerhans in the pancreas. Project Requirements: Specifically, the Contractor shall provide the following services for mice that will be mated for up to three (3) months or until up to 25 tails have been genotyped: 1.The contractor is required to make three transgenic mouse models and provide at least one breeding pair of homozygous mice for each of these mouse models to NIA. 2.Contractor shall use sophisticated molecular biology tools and their expertise to determine how to do this exactly and will make the constructs to inject into the ES cell lines and then breed the mice to get at least one breeding pair of homozygous mice for each of the three mouse models. Mice of each model constitute a deliverable to the NIA. 3.The contractor will then cross two of these mouse models to produce a fourth mouse model and provide NIA with at least one breeding pair of mice homozygous for the two genes in question. The four mouse models shall be generated as follows: 1.Mouse Model # 1 Mouse model in which the insulin 1 gene is absent in the entire animal i.e. a conventional knockout of the insulin 1 gene. 2.Mouse Model # 2 Mouse model in which the insulin 2 gene is absent in the entire animal i.e. a conventional knockout of the insulin 2 gene. 3.Mouse Model # 3 Mouse model in which the insulin 2 gene is floxed in the entire animal i.e. a mouse that will allow NIA to make a conditional knockout of the insulin 2 gene. 4.Mouse Model #4 Contractor shall breed mouse model # 1 with mouse model #3 to generate mice that are homozygous for both mutations. Contractor shall provide the NIA with at least one breeding pair of mice that are homozygous for both transgenes. Deliverables: 1.Contractor shall provide monthly written reports at each major milestone for the testing procedures. 2.Contractor shall provide a mapping of the gene for each mouse model. 3.Contractor shall provide animal health certification reports that must be supplied with each shipment of mice to the NIA vivarium. These must include certification that mice are free of pinworm infection, as evidenced by Polymerase Chain Reaction (PCR) Assays. ANTICIPATED PERIOD OF PERFORMANCE: (7)The anticipated period of performance is within eighteen (18) months after receipt of the purchase order. Period of performance will be defined upon award and the anticipated delivery is: NIH/National Institute on Aging Vivarium Biomedical Research Center (BRC) 251 Bayview Boulevard Suite 100 Baltimore, MD 21224 TECHNICAL APPROACH/PLAN: (8) Instructions The Contractor must submit a technical plan and price quote for this requirement to the Contract Specialist / Contracting Officer cited herein. The total number of pages, (combination of technical plan and price quote) is not expected to exceed 25 pages in length, excluding resumes. The Contractor shall submit its quote electronically in a "read only" format. A detailed work plan must be submitted indicating how each aspect of the requirements listed in the statement of work (SOW), is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical plan should reflect a clear understanding of the nature of the work being undertaken. The technical plan must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of important events or tasks. Plans which merely state that the tasks will be conducted in accordance with the requirements of the Government's scope of work will not be eligible for further consideration. The schedule contractor must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. The technical plan shall include: Resumes of all professional individuals proposed for the contract. Resumes should be no longer than 2 pages in length Project Management Summary Technical Approach of how the work will be performed An outline of quality control procedures A milestones and time lines for the project, indicating the estimated period of performance for each task Facilities and /or resources used The suggested outline for the technical plan is as follows: a.Work Scope b.Objectives. State the overall objectives and the specific accomplishments you hope to achieve. Indicate the rationale for your plan, and relationship to comparable work in progress elsewhere. Review pertinent work already published which is relevant to this project and your proposed approach. This should support the scope of the project as you perceive it. c.Approach. Discuss the possible or probable outcome of approaches proposed. d.Methods. Describe in detail the methodologies you will use for the project, indicating your level of experience with each, areas of anticipated difficulties, and any unusual expenses you anticipate. e.Schedule. Provide a schedule for completion of the work and delivery of items specified in this solicitation. Performance or delivery schedules shall be indicated for phases or segments, as applicable, as well as for the overall program. Schedules shall be shown in terms of calendar months from the date of authorization to proceed or, where applicable, from the date of a stated event, as for example, receipt of a required approval by the Contracting Officer. Unless the request for quotes indicates that the stipulated schedules are mandatory, they shall be treated as desired or recommended schedules. In this event, Plans based upon the schedule contractor's best alternative schedule, involving no overtime, extra shift or other premium, will be accepted for consideration. f.Personnel. Describe the experience and qualifications of personnel who will be assigned for direct work on this project. Information is required which will show the composition of the task or work group, its general qualifications, and recent experience with similar equipment or programs. APPLICABLE CLAUSES AND PROVISIONS: (9)The provision at FAR clause 52.212-1 (Oct 2015), Instructions to Offerors - Commercial Items, applies to this acquisition. (10)The provision at FAR clause 52.212-2 (Oct 2014), Evaluation - Commercial Items, applies to this acquisition. (a)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. Technical and past performance when combined is more important when compared to price. The Government intends to issue a firm fixed price Contract for this requirement. Section 1: Mandatory Criteria The mandatory criteria requirements will be evaluated on a pass/fail basis. Only those proposals passing each of the mandatory criteria will then be evaluated under Section 2. 1.Vendor must be capable of creating floxed mice for site-specific knockout of genes of interest. 2.Vendor must be capable of introducing a targeting vector into FLP ES cell lines, so that the clone carries the selected cassette and FLP recombinase. 3.Vendor must be capable of removing the NEO cassette from the transfected ES cells. 4.Vendor must be capable of producing the transgenic mice specified in the Statement of Work using a conventional ES strategy; use of CrispR/Cas9 technology is not permitted. 5.The animal facility in which the transgenic mice will be bred and maintained must have Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) certification. Section 2: Technical Evaluation Criteria: 1. Technical Capability & Evaluation Criteria (25 points) The proposal should address the requirements described in the statement of work, in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. The Offeror should provide evidence of sufficient planning to show that work will be accomplished and how it will be accomplished as required and on schedule, utilizing all available resources as well as controlling the execution of assigned activities, tasks, sub-tasks, monitoring progress, status reporting, resolving critical issues and mitigating risks. The proposal should demonstrate a firm understanding of the requirements and goals set forth in the statement of work. Also, the following needs to be clearly addressed: a.Procedure and length of time required for Neo cassette removal b.Typical rates of homologous recombination achieved in ES cells 2.Key Personnel Qualifications (50 points) The proposal shall be evaluated to ensure that all key personnel qualifications identified in this solicitation are met, to include, but not limited to the following: a.Documented evidence of ability to deliver knockout and knockin models at a minimum of fifteen years of experience in the creation and delivery. b.Head scientist should have Ph.D of relevance to creation and breeding of transgenic mice. c.Minimum number of successful transgenic mouse projects completed should be at least 200. 3.Past Performance (50 points) a.Documented evidence of the Offerors' successful performance of a minimum of three (3) recent contracts similar in requirements to those specified in this solicitation. b.Number and quality of publications resulting from prior mouse models generated by vendor 4.Proximity to NIA Vivarium (15 points) To minimize stress on the mice during shipment, vendor should be physically located as close as possible to the NIA vivarium in Baltimore; this will minimize transit time and facilitate interaction with the vendor. Maximum total points: 140 Refer to Attachment No. 2 for the Evaluation Criteria document. (b) Award Criteria Selection of an Offeror for award will be on the basis of best value, technical factors and price considered. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications and services, detailed in this solicitation, in its proposal and must also include delivery lead times and well as shipping costs. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. A recent (12 month period) redacted invoice showing the date of the invoice and the similar or identical product description and the price that was billed, and/or a published price listing should be supplied with the quotation for price reasonableness determinations. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (11)Offerors should include a completed copy of the provision at FAR clause 52.212-3 (Nov 2015), Offeror Representations and Certifications - Commercial Items, with its offer. (12)The provision at FAR clause at 52.212-4 (May 2015), Contract Terms and Conditions - Commercial Items, applies to this acquisition. Refer to Attachment No. 4 for applicable Terms and Conditions. (13)The provision at FAR clause at 52.212-5 (JAN 2016), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (14)The provision at FAR clause at FAR 52.227-14 (Dec 2007) Rights in Data-General applies to this acquisition. (15)The provision at HHSAR 352.270-5(b) (Oct 2009), Care of Live Vertebrate Animals, applies to this acquisition. a.Before undertaking performance of any contract involving animal-related activities where the species is regulated by USDA, the Contractor shall register with the Secretary of Agriculture of the United States in accordance with 7 U.S.C. 2136 and 9 CFR sections 2.25 through 2.28. The Contractor shall furnish evidence of the registration to the Contracting Officer. b.The Contractor shall acquire vertebrate animals used in research from a dealer licensed by the Secretary of Agriculture under 7 U.S.C. 2133 and 9 CFR Sections 2.1-2.11, or from a source that is exempt from licensing under those sections. c.The Contractor agrees that the care, use and intended use of any live vertebrate animals in the performance of this contract shall conform with the Public Health Service (PHS) Policy on Humane Care of Use of Laboratory Animals (PHS Policy), the current Animal Welfare Assurance (Assurance), the Guide for the Care and Use of Laboratory Animals (National Academy Press, Washington, DC) and the pertinent laws and regulations of the United States Department of Agriculture (see 7 U.S.C. 2131 et seq. and 9 CFR Subchapter A, Parts 1-4). In case of conflict between standards, the more stringent standard shall govern. d.If at any time during performance of this contract, the Contracting Officer determines, in consultation with the Office of Laboratory Animal Welfare (OLAW), National Institutes of Health (NIH), that the Contractor is not in compliance with any of the requirements and standards stated in paragraphs (a) through (c) above, the Contracting Officer may immediately suspend, in whole or in part, work and further payments under this contract until the Contractor corrects the noncompliance. Notice of the suspension may be communicated by telephone and confirmed in writing. If the Contractor fails to complete corrective action within the period of time designated in the Contracting Officer's written notice of suspension, the Contracting Officer may, in consultation with OLAW, NIH, terminate this contract in whole or in part, and the Contractor's name may be removed from the list of those contractors with approved Assurances. Note: The Contractor may request registration of its facility and a current listing of licensed dealers from the Regional Office of the Animal and Plant Health Inspection Service (APHIS), USDA, for the region in which its research facility is located. The location of the appropriate APHIS Regional Office, as well as information concerning this program may be obtained by contacting the Animal Care Staff, USDA/APHIS, 4700 River Road, Riverdale, Maryland 20737 (E-mail: ace@aphis.usda.gov ; Web site: ( http://www.aphis.usda.gov/animal_welfare ). (End of Clause) Article H.29 Introduction of Rodents and Rodent Products: No rodent or rodent product shall be delivered into the NIH, NIA environment directly, or through collaborative research or holding facilities under contract to NIA except by permit. Direct shipments to NIA from a Division of Veterinary Resources (DVR), Office of Research Services (ORS) approved source will be considered exempt. Non-exempt sources must be approved by permit issued through the DVR, ORS. The permit must be obtained by the Contractor prior to the shipment to NIH of the rodents and/or rodent products. The Contractor must be sure that this permit exists and is current before transferring rodents or rodent products into the NIH. Refusal or negligence to do so will be considered a material breach of contract and may be treated as any other such material breach. Applications for permits should be submitted by facsimile not less than 30 days prior (60 days in situations where quarantine is likely) to shipping date to: NIH Division of Veterinary Resources (DVR), Office of Research Services (ORS), Building 14G, Service Rd. South, Room 102, BETHESDA MD 20892-5210, (301)496-2527, FAX: (301) 402-0352. Notice to Offerors of Requirement for Compliance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals, HHSAR 352.270-5(a) (January 2006) The Public Health Service (PHS) Policy on Humane Care and Use of Laboratory Animals (PHS Policy) establishes a number of requirements for research activities involving animals. Before award may be made to an applicant organization, the organization shall file, with the Office of Laboratory Animal Welfare (OLAW), National Institutes of Health (NIH), a written Animal Welfare Assurance (Assurance) which commits the organization to comply with the provisions of the PHS Policy, the Animal Welfare Act, and the Guide for the Care and Use of Laboratory Animals (National Academy Press, Washington, DC). In accordance with the PHS Policy, applicant organizations must establish an Institutional Animal Care & Use Committee (IACUC), qualified through the experience and expertise of its members, to oversee the institution's animal program, facilities and procedures. Applicant organizations are required to provide verification of IACUC approval prior to release of an award involving live vertebrate animals. No award involving the use of animals shall be made unless OLAW approves the Assurance and verification of IACUC approval for the proposed animal activities has been provided to the Contracting Officer. Prior to award, the Contracting Officer will notify Contractor(s) selected for projects that involve live vertebrate animals that an Assurance and verification of IACUC approval are required. The Contracting Officer will request that OLAW negotiate an acceptable Assurance with those Contractor(s) and request verification of IACUC approval. For further information contact OLAW, at NIH, 6705 Rockledge Drive, RKL1, Suite 360, MSC 7982 Bethesda, Maryland 20892-7982 (E-mail: olaw@od.nih.gov ; Phone: 301-496-7163). (End of Provision) The PHS Policy is available on the internet at: http://www.grants.nih.gov/grants/olaw/olaw.htm. Research Involving Live Vertebrate Animals It is intended that live vertebrate animals will be used during performance of this contract. The Public Health Service (PHS) Policy on Humane Care and Use of Laboratory Animals (authority derived from the Health Research Extension Act of 1985) specifies that certain information is required from offerors in contract proposals submitted to the NIH that will use live vertebrate animals. The following five points must be addressed in a separate section of the Technical Proposal titled "Vertebrate Animal Section" (VAS): i.Detailed description of the proposed use of the animals, including species, strains, ages, sex and number to be used. ii.Justification for the use of animals, choice of species, and numbers to be used. iii.Information on the veterinary care of the animals. iv.Description of procedures for minimizing discomfort, distress, pain and injury. v.Method of euthanasia and the reasons for the selection. A concise (no more than 1-2 pages), complete description addressing these five points must be provided. The description must be cohesive and include sufficient information to allow evaluation by reviewers and NIH staff. For more discussion regarding the five points in the VAS, see NIH Guide Notice NOT-OD-10-049 at: http://grants.nih.gov/grants/guide/notice-files/NOT-OD-10-049.html. The Contract Proposal VAS Worksheet can be accessed at: http://grants.nih.gov/grants/olaw/VAScontracts.pdf. (16)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. RESPONSE FORMAT: (17) Please refer to the following attachments in preparing your proposal responding to this solicitation. Attachment No. 1: Statement of Work (SOW) Attachment No. 2: Evaluation Criteria Attachment No. 3: Invoice Instructions Attachment No. 4: Terms and Conditions 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling EACH of the requirements described in this solicitation. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. A redacted invoice which is an edited version of an invoice issued within 12 months of this solicitation, with details of similar or identical items should be supplied and or a published price listing should be supplied for price reasonableness determinations. 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." Questions regarding this solicitation must be received in this office, to the email address supplied below, by 8:00AM (EST) on February 19, 2016. All offers must be received by 8:00AM (EST) on February 25, 2016 and must reference number HHS-NIH-NIDA-SSSA-2016-196 Responses must be submitted electronically to Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2016-196/listing.html)
 
Record
SN04020516-W 20160218/160216234217-aed76601f6190baaaead6ceb0f9b92c6 (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.