SOLICITATION NOTICE
A -- National Institute on Drug Abuse Center for Genetic Studies - RFP NIHDA201800084 and Attachments
- Notice Date
- 5/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800084
- Archive Date
- 6/30/2018
- Point of Contact
- Joshua T. Lazarus, Phone: 3014436677, Andrew Hotaling, Phone: 301-443-6677
- E-Mail Address
-
josh.lazarus@nih.gov, andrew.hotaling@nih.gov
(josh.lazarus@nih.gov, andrew.hotaling@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- NIDA Request for Proposal (RFP) NIHDA201800084 The National Institute on Drug Abuse (NIDA) is soliciting proposals from qualified offerors having the capability to perform the following: A. General 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 following tasks on data and biological materials received from grants and/or contracts supporting research on the genetics of addiction and addiction vulnerability. (1) The Government Contracting Officer's Representative (COR) shall monitor all work under this contract. (2) The Contractor shall receive, process, and store de-identified biospecimens. Biospecimens includes blood and saliva as well as other biospecimens that include but are not limited to urine and fecal matter; (3) The Contractor shall extract DNA and RNA, from serum, peripheral blood mononuclear cells (PBMCs) isolated from fresh whole blood specimens, fibroblastoid cell lines, or other biospecimens; (4) The Contractor shall freeze and store DNA, serum, and cryopreserve PBMCs, fibroblastoid cell lines, whole blood or other biospecimens, as described; (5) The Contractor shall transform cryopreserved whole blood or isolated PBMCs to lymphoblastoid cells using the Epstein-Barr virus (EBV) transformation protocol, as required; (6) The Contractor shall transform fibroblasts cell punches into fibroblastoid cell lines, as required; (7) The Contractor shall amplify cellular density utilizing irradiated feeder technology in a high throughput manner as needed; (8) The Contractor shall collect, maintain, store, and distribute de-identified clinical and biological data; (9) The Contractor shall perform DNA/RNA genotyping and/or high-throughput sequencing at the request of the COR; and (10) The Contractor shall make all applicable electronic information technology materials Section 508 compliant. The purpose of this contract is to provide resources to support the NCGS. NIDA reserves the right to have the contracted services benefit NIDA and any other component of the National Institutes of Health (NIH). B. Specific Requirements (1) The Contractor shall receive de-identified clinical, diagnostic, environmental exposure information, and other phenotypic data. This information may also include pedigree structures when applicable. The Contractor shall incorporated these data into phenotypic databases suitable for immediate genetic analyses. (2) The Contractor shall receive de-identified blood samples collected from patients and their relatives. The Contractor shall harvest serum and peripheral blood mononuclear cells (PBMCs), and if sufficient numbers of PBMCs, extract DNA with the possibility for RNA extraction. The Contractor may receive saliva samples and other biospecimens on occasion for DNA and RNA extraction, and/or for storage. (3) The Contractor shall transform lymphocytes with a success rate greater than 95%. (4) The Contractor shall maintain, store, and distribute serum, DNA, RNA, cell lines, biosamples and files in databases for immediate genetic analyses by qualified investigators granted access by the COR to these data and materials. At the COR's direction, the Contractor shall distribute these, and other biospecimens to qualified investigators. C. Mandatory Evaluation Criteria (1) Offeror must demonstrate its ability to safely process and store between 90,000 and 95,000 biospecimen samples; (2) Offeror must be eligible to receive a Certificate of Confidentiality. As set forth in 45 CFR Part 75.303(a) and NIHGPS Chapter 8.3, recipients conducting NIH supported research applicable to this Policy are required to establish and maintain effective internal controls (e.g., policies and procedures) that provide reasonable assurance that the award is managed in compliance with Federal statutes, regulations, and the terms and conditions of award. Recipients of Certificates are required to ensure that any investigator or institution not funded by NIH who receives a copy of identifiable, sensitive information protected by a Certificate issued by this Policy, understand they are also subject to the requirements of subsection 301(d) of the Public Health Service Act. In accordance with NIHGPS Chapter 15.2.1, recipients are also responsible for ensuring that any sub-recipient that receives funds to carry out part of the NIH award involving a copy of identifiable, sensitive information protected by a Certificate issued by this Policy understand they are also subject to subsection 301(d) of the Public Health Service Act (see: https://grants.nih.gov/grants/guide/notice-files/NOT-OD-17-109.html ). Furthermore, as a term and condition for award, prohibit the disclosure of the names of research participants or any information, documents, or biospecimens that contain identifiable, sensitive information collected or used in research by an investigator or institution with a Certificate. (3) Offeror must state in writing that the business entity/Offeror agrees to and is committed to processing, generating, and widely distributing high-quality data files, documentation, and biological materials (e.g. cell lines, DNA, RNA, serum, urine samples, fecal samples) in an efficient and cost-effective manner for use in genetic analyses by qualified investigators in the scientific community; (4) Offeror must demonstrate its ability to obtain Clinical Laboratory Improvement Amendments (CLIA) certification for microarray platforms (i.e., smokescreen) (see: https://biorealm.ai/ ); and (5) Offeror must agree to be a co-signatory of the Distribution Agreement developed by NIDA https://www.drugabuse.gov/researchers/research-resources/genetics-research-resources/nida-distribution-agreement. E. Additional Information: NIDA anticipates the award of a single, four-year, indefinite delivery indefinite quantity (IDIQ), task order contract. NIDA may award either cost reimbursement and/or fixed price task orders under this contract. NIDA anticipates that at least one task order will be awarded with the contract. RFP No. NIHDA201800084 will be available electronically on May 01, 2018. You will be able to access the RFP through the FedBizOpps (URL: https://www.fbo.gov/ ) or through the NIDA website at the following address: (URL: http://www.drugabuse.gov/funding/funding-opportunities/nida-requests-contract-proposals-rfps ). All information required for the submission of an offer will be contained in or accessible through the RFP package. Responses to the RFP will be due on June 15, 2018 at 4:00 p.m. Eastern, 45 days after we release the RFP. NIDA will consider proposals submitted by any responsible offeror. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. This advertisement does not commit the Government to award a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800084/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04906245-W 20180503/180501230734-5c575447fd57ded1fa414b6a1f3643e8 (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 |