Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

B -- Consultation and project management services

Notice Date
7/24/2018
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD201800065
 
Archive Date
8/21/2018
 
Point of Contact
Amber Harris, Phone: 3014028778
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND- NAME). The National Institutes of Health, Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) on behalf of the National Institute on Alcohol Abuse and Alcoholism (NIAAA) intends to award a purchase order without providing for full and open competition (Including brand-name) to UNIVERSITY OF BRISTOL for Consultation and project management services. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541380 with a Size Standard $15,000,000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-98 This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). PERIOD OF PERFORMANCE BASE PERIOD 09/01/2018-08/31/2019 Place of Performance National Institutes of Health National Institute on Alcohol Abuse and Alcoholism 5635 Fishers Lane Rockville MD 20852 DESCRIPTION OF REQUIREMENT For this project, by the Section of Nutritional Neurosciences, Laboratory of Membrane Biophysics and Biochemistry, DICBR, NIAAA have previously provided data on trace metal analyses the fatty acid compositional data from umbilical cord and serum from age 7 provided through prior collaborative arrangements. These data have been developed at great expense and comprise a unique dataset which cannot be duplicated elsewhere. No other cohort dataset exists which contains these data necessary to address these scientific questions. The Section on Nutritional Neurosciences, NIAAA has been collaborating with this group for 15 years to develop this dataset. SNN, NIAAA has provided fatty acid assays of nearly 10,000 plasma samples which are uniquely linked to this dataset. Both sets of analyses in this project will utilize data from the Avon Longitudinal Study of Parents and Children cohort of approximately 14,500 pregnancies originally enrolled, genetic characterizations and longitudinal follow-up data on the offspring. This is a unique and sole source of these data. In these projects, the Neurodevelopmental Group, Prof. Jean Golding, will provide consultation and project management, to conduct the following analyses: (Project 1, Vitamin B12 variants) (i) Conduct a phenome wide scan utilizing maternal vitamin B12 intake in pregnancy as an independent factor impacting offspring neurodevelopmental outcomes. (ii) Examine potential impacts of genetic variants related to vitamin B12 status and function (in mothers and offspring) on neurodevelopmental outcomes identified in the phenome wide scan. (Project 2, FADS Variants) (i) Conduct a phenome wide scan utilizing genetic variants that impact essential fatty acid status and function (e.g. the FADS gene cluster) as an independent factor on offspring neurodevelopmental outcomes. (ii) Examine impacts of early infant nutrition and maternal diet on these genetic variants on neurodevelopmental outcomes identified in the phenome wide scan. The total cost $70,000 will cover project management by Prof. Jean Golding, including access to the ALSPAC dataset, supervision or delegation of statistic services, manuscript preparation and consultation services. Genetic variants will be included as appropriate. This statistician and this project manager have a long historical knowledge of this dataset which cannot be duplicated elsewhere. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Monday, August 6, 2018 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov. Assessment of Capability Lowest Price Technically Acceptable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD201800065/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN05004587-W 20180726/180724231013-cf7adf4b0b9c5ab071fa8bb9ba88ef62 (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.