MODIFICATION
99 -- Proprietary Brain Samples
- Notice Date
- 2/26/2020 12:08:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621991
— Blood and Organ Banks
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA-CSS-20-004092
- Response Due
- 3/6/2020 12:00:00 PM
- Archive Date
- 03/21/2020
- Point of Contact
- Rashiid Cummins, Karen Mahon
- E-Mail Address
-
rashiid.cummins@nih.gov, karen.mahon@nih.gov
(rashiid.cummins@nih.gov, karen.mahon@nih.gov)
- Description
- Title: Proprietary Brain Samples (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-CSS-20-004092 and the solicitation is issued as a request for proposal. 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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) 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 (OA), 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 Banner Sun Health 901 E. Willetta Street, Phoenix AZ 85006 for 100mg of frozen cerebellar cortex from each 1,261 pre-selected deceased subjects. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-04, with effective date January 15, 2020. (iv) The associated NAICS code is 621991 and the small business size standard is $35,000,000.00. This requirement is full and open with no set-aside restrictions. (v) Background Information and Objective: The mission of Laboratory of Neurogenetics is to find genes responsible for neurodegenerative diseases, such as Frontotemporal lobal degeneration We find the responsible genes by performing high-throughput genomic experiments that include genome-wide genotyping and next generation exome sequencing. Powerful as these techniques are, they only work if we have tissue samples from patients diagnosed with Frontotemporal lobal degeneration. Banner Health has collected and distributes samples from these patients. These specific tissues are not available from any other source, and our genetic experiments cannot take place without these proprietary samples Generic Name of Product: Brain samples Purchase Description: 100mg of frozen cerebellar cortex from each 1,261 pre-selected deceased subjects Salient characteristics: Brain samples must be shipped frozen on dry ice Quantity: 1261 brain samples in the volume of 100 milligrams Delivery Date: 30 to 60 days after receipt of purchase order (vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. (vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: ? FAR 52.204-7, System for Award Management (OCT 2018) ? FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) ? 52.212-1, Instructions to Offerors--Commercial Items (OCT 2018) ? 52.212-2, Evaluation--Commercial Items (OCT 2014) ? 52.212-3, Offeror Representations and Certifications � Commercial Items (OCT 2018) ? FAR 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) ? HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: ? 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ? 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 2015). The following clauses within 52.212-5 apply to this acquisition: ? 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) ? 52.209-6 - Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) ? 52.219-28 - Post Award Small Business Program Representation (JUL 2013) ? 52.222-3 - Convict Labor (JUNE 2003) ? 52.222-21 Prohibition of Segregated Facilities (APR 2015) ? 52.222-26 Equal Opportunity (SEPT 2016) ? 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) ? 52.222-50 Combating Trafficking in Persons (JAN 2019) ? 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) ? 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) ? 52.232-33 - Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) The following clause applies to this acquisition and is attached in full text: ? NIH Invoice and Payment Provisions (2/2014) (viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (a) 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 following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; (ii) price. Technical is significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, shipping and handling costs, prompt payment discount terms, product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. 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. All offers must be received by Friday, March 6, 2020 at 3:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-CSS-20-004092. Responses must be submitted electronically to Rashiid Cummins at rashiid.cummins@nih.gov Fax responses will not be accepted. (xiii) The name and of the individual to contact for information regarding the solicitation: Rashiid Cummins Contract Specialist rashiid.cummins@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6963b423a2ce426eba95f0a03a114251/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05572708-F 20200228/200226230253 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |