SOURCES SOUGHT
Q -- Salivary Cortisol and Melatonin Laboratory Testing Services
- Notice Date
- 8/7/2017
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2017-553
- Archive Date
- 9/6/2017
- Point of Contact
- Catherine Caldwell, Phone: 3014802467
- E-Mail Address
-
catherine.caldwell@nih.gov
(catherine.caldwell@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2017-553 2. Title: Salivary Cortisol and Melatonin Laboratory Testing Services 3. Classification Code : Q Medical- Laboratory Testing 3. 4. NAICS Code: 541380 TESTING LABORATORIES 5. Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institute of Mental Health (NIMH), Intramural Research Program, Genetic Epidemiology Research Branch requires laboratory testing services on salivary samples to determine cortisol and melatonin levels. As a part of this program, the NIMH Family Study of Affective Spectrum Disorders is the largest contemporary controlled family study of the mood disorder spectrum that is based on a non-clinical sample of probands with mood disorders. Most relevant to this proposed research is the in vivo sampling of salivary cortisol and melatonin. The Contractor will be preforming assays to determine cortisol and melatonin levels from these saliva samples and provide the NIMH with a final report of analyzed data. Purpose and Objectives: The Genetic Epidemiology Research Branch conducts population, clinical, and basic research on the developmental, genetic, and biological components of mood and anxiety disorders and comorbid medical disorders. Specifically, the goals of the section are to identify and study familial aspects of mood and anxiety disorders and comorbid conditions, and discern more clearly their early manifestations. This project examines salivary cortisol and melatonin levels. The major aim is to identify biomarkers of mood disorder diagnostic subtypes and components and their familial heritability. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: The contractor laboratory testing service is to be an expert in salivary cortisol and salivary melatonin detection and measurement methods. This project would entail performing duplicate analysis for saliva cortisol and results must be delivered within 90 business days of receipt of the samples. Anticipated period of performance: September 30, 2017-September 29, 2018. There is the potential for the contract to be extended for one option year. The option year will be separately priced and will not be funded with the base period. Under FAR 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within one day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. Other important considerations: The contractor must have the ability to complete the cortisol assays within 90 business days of receipt of the samples. The first set of samples will be sent immediately upon contract award. 138 participants will provide up to 4 saliva samples per day for 14 days for cortisol assay analysis (equaling up to 7,728 samples). The LoQ for cortisol is to be 1-8 ng/ml (3.5-27 nM), unless the contractor can provide adequate reason otherwise and the Government provides advance approval in writing. This approval will be given on a case-by-case basis. In addition, the contractor must have the ability to complete the melatonin assays within 90 business days of receipt of the samples. The final daily saliva sample provided by the participant will be used to perform both a cortisol assay as well as the melatonin assay (equaling up to 1932 samples). The LoQ for melatonin assays is to be 0-20.5 pg/ml for all samples, unless the contractor can provide adequate reason otherwise and the Government provides advance approval in writing. This approval will be given on a case-by-case basis. Capability statement /information sought. The response must contain a capability statement which clearly indicates their ability to meet the Government’s need. · The response must contain (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Catherine Caldwell at e-mail address catherine.caldwell@nih.gov The response must be received on or before August 22, 2017 at 5:00pm Eastern Time. “ Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2017-553 /listing.html)
- Record
- SN04616024-W 20170809/170807231826-76c25e1ce1f56b8df7cf7b8ffc996b15 (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 |