Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
MODIFICATION

Q -- Maric Protocol Antibody Validation

Notice Date
5/7/2020 5:34:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-RFQ-20-006611
 
Response Due
5/21/2020 11:00:00 AM
 
Archive Date
06/05/2020
 
Point of Contact
Karen Mahon
 
E-Mail Address
karen.mahon@nih.gov
(karen.mahon@nih.gov)
 
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-RFQ-20-006611 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; 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 Histoserv, Inc. 19526 Amaranth Drive, Germantown MD 20874 for Maric Protocol Antibody Validation. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-05, with effective date February 27, 2020. (iv)������ The associated NAICS code 621511 and the small business size standard is $35 million.�� This requirement has no set-aside restrictions. (v)������� The purpose of this collaborative project is to use multplex immunohistochemistry to label and classify the key cell types and degenerative phenotypes in Human Brain, Skeletal Muscle (including mitochondria and neuromascular junction), and Choroid Plexus specimens.� Such validation is essential for successful design and execution of multiplex imunostaining protocols.� Prior to using a given antibody in a multi round multiplex project, each antibody must undergo a detailed chracterization and validation procedure using the Maric protocol, with precise microwave based incremental antigen retrieal.� This protocol requires an initial round of antigen retrieval, staining, and imaging, followed by 9 additional rounds of stripping, antigen retrieval, restraining, imaging, for each antibody.� This complex procedure must be completed on each antibody to ensure data quality and to opptimize the planning and execution of the multiplex.� (vi)������ Background: Degenerative changes in human brain, skeletal muscle, and choroid plexus are prominent features of aging and several common age-related diseases. The specific pathological derangements underlying these degenerative changes are incompletely defined. Multiplex immunostianing provides an novel opportunity to delineate specific pathological derangements associated with degenerative changes in these tissues, and to provide morphological, temporal and spatial context for these derangements. Detailed antibody characterization and validation is required in order to design and complete successful multiplex experiments. The objective of this project is to complete vaidation of antibodies needed to complete tissue-specific multiplex immunostaining protocols for human brain, skeletal muscle and choroid plexus. The contractor shall perform cellular and phenotypic classification on Human CNS and/or skeletal muscle specimens.� This includes the following: Each antibody must undergo detailed characterization and validation procedure using Maric protocol. � An initial round of antigen-retrieval, staining, and imaging, followed by 9 additional rounds of stripping, antigen retrieval, restaining, imaging, for each antibody. ����������� A technician that specializes in histopathology shall be assigned to work on this project. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is August 1, 2020 � July 31, 2021. (viii)���� 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) FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) 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: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020) Standard & Interim Invoice Instructions (ix)������ 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: (i) technical capability of the item offered to meet the Government requirement; and (ii) price. Technical is significantly more important than 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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 quotations must be received by 2:00 pm Eastern Daylight Time, on May 21, 2020, and reference Solicitation Number HHS-NIH-NIDA-SSSA-20-006611. Responses must be submitted electronically to Karen Mahon, Contracting Officer at Karen.Mahon@nih.gov. Fax responses will not be accepted. (xv)����� The name and telephone number of the individual to contact for information regarding the solicitation: Karen Mahon, Contracting Officer (Karen.Mahon@nih.gov)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/209e8d5782c149cca6e9d40b67ce0a67/view)
 
Record
SN05649626-F 20200509/200507230202 (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 |
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.