SOLICITATION NOTICE
B -- Targeted metabolomics analyses of human brain tissue samples
- Notice Date
- 9/5/2019
- 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
- HHS-NIH-NIDA-OA-19-010182-CSS
- Point of Contact
- Debra C. Hawkins, Phone: 301-827-7751
- E-Mail Address
-
debra.hawkins@nih.gov
(debra.hawkins@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-OA-19-010182-CSS and the solicitation is issued as a Request for Quotation (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 and FAR Part 12-Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE 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), Office of Acquisition on behalf of the National Institute on Aging (NIA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to BIOCRATES Life Sciences AG Eduard-Bodem-Gasse 8 A- 6020 Innsbruck Austria, FN220414p Landesgericht Innsbruck, to perform targeted metabolomics analyses of human brain tissue samples. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). The rationale for the single-sole source justification is to maintain the continuity of the research already performed. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. (iv) The associated North American Industry Classification System (NAICS) code: 541714-Research and Development in Biotechnology (Except Nanobiotechnology); Size Standard: 1,000 Employees (v) Targeted metabolomics analyses of human brain tissue samples (vi) Background / Purpose / Objective: The National Institute on Aging (NIA), Laboratory of Behavioral Neuroscience (LBN) investigates the biological mechanisms underpinning cognitive resilience during aging. Through several recent and ongoing projects, LBN is studying the metabolic correlates of Alzheimer's disease (AD) pathology in the brain. In the proposed project, NIA wish to extend these studies to study the metabolic basis of cognitive resilience using human and rat brain tissue samples. Using quantitative and targeted metabolomics analyses of brain and blood tissue samples, we have identified abnormalities in several metabolic pathways that are associated with severity of AD pathology in the brain and expression of clinical symptoms. Some older individuals appear to be cognitively resilient as they do not show signs of cognitive impairment despite significant AD pathology in the brain. NIA wish to further understand this phenomenon by performing identical quantitative and targeted metabolomics analyses of autopsy-derived brain tissue samples from human subjects comparing APOE ε4 carriers to non-carriers. The rationale for this study is that comparing regional brain metabolic profiles in relation to APOE genotype, the most robust genetic risk factor for AD, will provide unique insights into how this AD risk gene regulates brain metabolism. Comparing these metabolic signatures to those associated with AD pathology (derived from prior studies) may help identify the metabolic basis of APOE-mediated risk for AD and cognitive resilience in APOE ε4 non-carriers. The second goal of the study is to compare regional brain metabolic profiles in a rat model of cognitive aging developed by NIA Researchers. NIA will perform quantitative and targeted metabolomics to examine regional brain metabolic changes in three groups of rats; aged-cognitively-impaired (AI), aged-cognitively-unimpaired (AU) and young unimpaired (YU). These studies will allow NIA to identify metabolic changes underlying cognitive resilience during aging. 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. The main objective of the requirement is but not limited to the following: (1) Perform quantitative targeted metabolomics assays on 71 human brain tissue samples (APOE ε4 carriers and non-carriers) from non-demented individuals and 90 rat brain tissue samples from the AI, AU and YU groups to measure the concentrations of small metabolites in the following classes: (a) Amino Acids, Acylcarnitines, Lipids, Hexoses, Biogenic Amines & Polyamines, (b) Phosphatidylserines, (c) Phosphatidylglycerols. (d) Phosphatidyethanolamines, (e) Ceramides. (f) Free oxysterols and cholesterol, and (g) Free fatty acids; (2) Perform statistical analysis (accuracy, sensitivity, specificity) to identify small metabolite markers in brain that are associated with AD pathology and in serum that predict incident AD; and (3) Return all unused specimens to their place of origin. Level of Effort: The level of effort is for a Senior Research for 960-labor hours for the 12-month period of performance. Government Responsibilities: Provide adequate quantities of archived brain tissue samples to the contractor to enable the performance of the metabolomics assays detailed above. Delivery or Deliverables: Electronic copy of excel spreadsheet including absolute concentrations of all assayed metabolites in brain and blood samples to be delivered within 364 calendar says of receipt of samples by the contractor. The timely submission of this deliverable is essential to successful completing this requirement. Reporting Requirements: The contractor is required to provide written progress reports every 2 months for the contract period September 2019 through September 2020. The progress report shall cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Reports should be as follows: (1) Microsoft Excel spreadsheet with absolute brain tissue concentrations for metabolites listed above on all brain samples provided to the contractor; (2) Microsoft WORD document detailing all the technical aspects of the experimental methodology used including coefficients of variation (CV) of the assays, specimen usage, and success/failure rate of the assay; and (3) Microsoft WORD document summarizing the clinical utility measures of the best serum and brain metabolite markers associated with AD. Data Rights: The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this contract including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and made a part of this contract/order. (vii) Government's Anticipated Delivery: The period of performance is 1-year from September 2019 through September 2020. Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR Clause at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 1. 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. 2. The offeror must submit a price proposal specifying a fixed unit price for each (estimated quantity 71) sample or a fixed fully loaded hourly rate (960 labor hours). A lump sum price proposal will not be accepted. 3. 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. 4. The government anticipates awarding a firm fixed-price contract for the 1-year period of performance. The anticipated date of award is September 23, 2019. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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 factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. Technical Criteria: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors. Factor 1: Technical Approach. The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the efforts to be performed and the skill level required to perform them. Approach shall be evaluated for expertise in mass spectrometry-based quantitative assay methodology outlining capability to assay the specific metabolites/metabolite classes specified in the SOW. Capability in these areas shall be viewed favorably. Factor 2: Past Performance: The Contractor shall provide details of at least one prior project on frozen human brain tissue samples that assayed the specific metabolites/metabolite classes specified in the SOW. Past Performance shall be evaluated for relevance to the current requirement. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or certify that its Representations and Certifications - Commercial Items, are current and accurate in the System for Award Management (SAM) www.sam.gov. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 13, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-OA-19-010182-CSS /listing.html)
- Place of Performance
- Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05433187-W 20190907/190905231330-1be07d80fc090f0b24d9e2bd29bac7b4 (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 |