SOLICITATION NOTICE
Q -- Metabolomic and Lipidomic Services
- Notice Date
- 4/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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-NOI-2017-264
- Archive Date
- 5/1/2017
- Point of Contact
- Stacey M Polk,
- E-Mail Address
-
spolk@nida.nih.gov
(spolk@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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-NOI-2017-264 and the solicitation is issued as Request for Quote (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Metabolon, Inc., 617 Davis Drive, Suite 400, Morrisville, NC 27560 for Metabolomic and Lipidomic Services. These services are for ongoing research and required for the continuity of science. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of 6.302-1, Only one responsible source and no other supplies or services will satisfy ageny requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. The associated NAICS code 541712 and the small business size standard 1000 employees. Contractor Requirements: The vendor will perform metabolomic and lipidomic analysis of human hepatocytes and human stem cell derived hepatocyte-like cells to better understand mechanisms regulating hepatocyte differentiation. Critical to success of this project are the capability to perform integrated metabolomic and lipidomic analysis for high resolution detection of metabolites present at very low concentrations (pico molar levels) combined with identification of maximum number of metabolites per biological sample. The contractor will perform and/or provide the following: 1.Range finding pilot study for lipidomic analysis 2.Ultra-high performance liquid chromatography/tandem accurate mass spectrometry with peak identification, deconvolution, and chemical intelligence for rapid and accurate identification of upwards of 1,000 metabolites per biological sample. 3.Curation, analysis, and interpretation of data The purpose of this service is in-depth identification of several thousand metabolites and monitoring of 1100 lipid species across 14 lipid classes for 72 biological samples from human hepatocytes and human stem cell derived hepatocyte-like cells, and high throughput analysis of resulting data to systematically identify processes and mechanisms controlling hepatocyte differentiation from stem cells. Identifying previously unknown mechanisms regulating hepatocyte differentiation will enable efficient and reproducible differentiation of hepatocytes from stem cells, and facilitate generation of optimized models for hepatotoxicity studies, disease modeling, and drug discovery. The service will perform mass spectrometry analyses using liquid chromatography spectrometer platforms that have been proven to provide biochemical data with accuracy for the interpretation of biological changes during development or states of disease. An extensive biochemical reference library of known and novel compounds must be available to allow for accurate identification of metabolites found in samples. Government Responsibilities: SCTL, NCATS will provide different cell samples including human hepatocytes, human stem cell derived hepatocyte-like cells and other intermediate cell types from hepatocyte differentiation for metabolomic and lipidomic analysis. Delivery or Deliverables: The contractor will provide summaries and documentation to Government staff as necessary. Contractor will provide raw and analyzed metabolomic and lipidomic data to SCTL, NCATS. Reporting requirements: The Contractor should provide monthly updates on the progress of the project, or more often as appropriate. Data Rights: Data generated as a result of the metabolomic and lipidomic analysis will be the properties of NIH, SCTL, NCATS Publications and Publicity: Contractor will not publish the results of the work Confidentiality of Information: Contractor will keep the results of the work confidential. Delivery to: National Institutes of Health 9800 Medical Center Drive Building B Rockville, MD 20850 (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. The following factors shall be used to evaluate offers: 1.Technical capability to meet the Government requirement 2.Past Performance 3.Price Technical and past performance, when combined, are (1) significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sept 2016). 52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 the requirement as it relates to the technical evaluation criteria. 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. 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." All responses must be received not later than the solicitation response due date and reference number HHS-NIH-NIDA-SSSA-NOI-2017-264. Responses may be submitted electronically to spolk@nida.nih.gov. Fax responses will not be accepted. Request for additional information may be sent to Stacey Polk, spolk@nida.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-2017-264/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04463709-W 20170408/170406235913-eea45331c50fc862ebbd160e0b070f6e (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 |