SOLICITATION NOTICE
88 -- Humanized Mice - NIAID-RFQ19-1981448 Attachments
- Notice Date
- 9/5/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 112990
— All Other Animal Production
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIAID-RFQ19-1981448
- Archive Date
- 9/25/2019
- Point of Contact
- Julie Yun, Phone: 2406273734
- E-Mail Address
-
julie.yun@nih.gov
(julie.yun@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- NIAID-RFQ19-1981448 - FAR Provisions and Clauses NIAID-RFQ19-1981448 - Additional FAR Provisions and Clauses NIAID-RFQ19-1981448 - Bill of Materials (BOM) This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit quotes on NIAID-RFQ19-1981448. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. The associated North American Industry Classification System (NAICS) code for this procurement is 112990, All Other Animal Production, with a small business size standard of $750,000.00. Background and Laboratory Needs: The Laboratory of Immunogenetics (LIG) of the Division of Intramural Research at the National Institutes of Allergy and Infectious Diseases (NIAID) focuses on the cellular and molecular mechanisms underlying the signaling functions of immune cell raptors. The Molecular Pathology Section specifically studies two transcription factors that were discovered in the lab - CTCF (CTCC binding factor) and its germ-specific paralog BORIS (Brother of the Regulator of Imprinted Sites), also known as CTCFL. There are genomic repeats that do not exist in mice. SVA (Short Interspersed Element(SINE), Variable Number Tandem Repeats (VNTR), Alu)) shows human specific jumping in genome during germline development, which suggests BORIS may be involved in this translocation. Molecular Pathology Section requires mice created with human BORIS (HMGB1P1) to test the theory of BORIS involvement in SVA moving during germline development. Generation of one line of mice in which the genomic fragment containing the mouse genes CTCFL and CTCFLOS is replaced by that containing the human genes CTCFL and HMGB1P1 is required. These N1 founders shall be mice who are homozygous for humanized genes and will be used for NIAID to breed more homozygous mice in-house for experimentation. Additionally, male and female homozygous mouse founders carrying the humanized CTCFL gene are also required. Please see Bill of Materials for item specifications and quantity. Mice shall contain at least one mouse gene replaced with one human gene and shall be free of viruses and bacteria that can potentially harm existing animals at the NIH facility. The Government shall provide DNA sequencing to the Contractor to produce humanized mice. Turnaround time shall be 7-10 months from date of award. Quoters must provide and maintain full and continuous accreditation of nonhuman primate facilities by Association for Assessment and Accrdiation of Laboratory Animal Care (AAALAC), [https://www.aaalac.org/accreditation/index.cfm], Office of Laboartory Animal Welfare (OLAW) Assurance [https://olaw.nih.gov/home.htm] and compliance with the Public Health Service Policy on Humane Care and Use of Laboratory Animals, including environmental enrichment [https://olaw.nih.gov/policies-laws/phs-policy.htm]. FOB Point shall be Destination: 9000 Rockville Pike Bethesda, MD 20814 Anticipated Delivery Time: May 31, 2020 The Government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. NIAID will evaluate quotes to determine the most advantageous to the government. NIAID will make that determination based on technical acceptability, delivery and price. The Government's objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. NIAID will evaluate for delivery and price only those quotes which are rated technically acceptable. In the event quotes are evaluated as technically equal, delivery and price will become major considerations in selecting the successful Vendor. FAR Provisions and Clauses are attached. Quoter must also include the following provision in their quote and check the appropriate response: 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation By submission of a quote, the quoter acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). This is an open-market combined synopsis/solicitation for animal production as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Offers shall be e-mailed to julie.yun@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). SPECIAL NOTICE TO OFFERORS Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your offer, you will be consenting to disclosure of your offer to non-government personnel for purposes of evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ19-1981448/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN05433404-W 20190907/190905231416-93534e461fb83eaa51475296573f470c (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 |