SOLICITATION NOTICE
R -- University of Wisconsin System Hormone Testing
- Notice Date
- 5/17/2022 12:43:56 PM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 65276
- Response Due
- 5/20/2022 2:00:00 PM
- Point of Contact
- Christina Almond, Phone: 6784754997
- E-Mail Address
-
tqv7@cdc.gov
(tqv7@cdc.gov)
- Description
- The Centers for Disease Control and Prevention intends to award a Justification For Other Than Full and Open firm fixed price purchase order to University of Wisconsin System. Over the years, University of Wisconsin System, which includes a National Primate Center that conducts research on nonhuman primates, has been providing hormone analysis for our study specimens.� It is the only source that can provide the same methodology and hormone analysis of nonhuman primate (monkey) samples that will be comparable to our existing data analysis. Any changes cannot be considered and would alter continuity and validity our research measurements. Our assay platforms and data have been established using University of Wisconsin System (Wisconsin National Primate Center) to measure quantitatively hormone levels in non-human primate specimens.� Our assay methods and parameters must be consistent.� Any changes in the middle of the study are unacceptable and may render years of existing data invalid. Other organizations or companies who may have expertise and equipment to measure quantitative hormone levels for humans have the capability to perform this requirement but would contaminate their equipment with nonhuman primate (monkey) specimens (blood and feces) and don�t want contamination.� In addition, there are no other vendors who can perform the assays and give us comparable data to our established years� worth of data.� This contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of 6.302-1 and 10 U.S.C. 2304(c)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals/quote. This notice of intent is not a request for competitive quotations; however, all quotations/responses received within fifteen (15) days of the issuance of this notice will be considered by the government.� 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.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Any quotation/response should be emailed to contract specialist at tqv7@cdc.gov by COB 20, May, 2022. Statement of Work Procurement Request #: HCVJCG-2022-65276 �Period of Performance: 9/7/2022 - 9/6/2023 Title: Quantitative Progesterone Hormone Testing analysis on Macaques specimens (samples may be infected with SHIV and/or monkey Herpes B virus) SECTION 1 � BACKGROUND The Laboratory Branch supports Division of HIV Prevention�s (DHP) goals in HIV prevention as they pertain to clinical studies, viral transmission, diagnosis and incidence, intervention research with microbicides, vaccines, and chemoprophylaxis as well as investigates other human and zoonotic retroviruses. The Lab Branch also requires assays for monitoring and quantitating hormone levels that may influence prophylactic treatment in our animal modeling system.� Monitoring hormones associated with the menstrual cycle in macaques is a developed assay service and is necessary for the efforts of our work towards preventing HIV transmission. SECTION 2 � PURPOSE The Government requires Contractor services to perform analysis assays of the Quantitative Hormone Testing on Macaque specimens and provide quantitative data for the Centers for Disease Control and Prevention (CDC), National Center for HIV/AIDS, Viral Hepatitis, STD, and TB Prevention (NCHHSTP), Division of HIV Prevention, Laboratory Branch. SECTION 3 � SCOPE OF WORK The Vendor shall perform macaque hormone testing assays to determine progesterone levels in Macaque specimens.� The macaque specimens will be sent in batches during 12-month performance period. Note that these macaque samples may be infected with SHIV and/or monkey Herpes B Virus. �SECTION 4 � TASKS TO BE PERFORMED The Vendor shall conduct macaque quantitative hormone analysis assays within 2 weeks or less upon receiving each batch of macaque specimens provided by CDC. The vendor shall provide written report containing data/results within 3 weeks or less of receiving each batch of macaque specimens. SECTION 5 � GOVERNMENT FURNISHED MATERIALS Government will provide up to 550 macaque specimens for Progesterone analysis/testing during one-year performance period. SECTION 6 � PERIOD OF PERFORMANCE The period of performance will be 12 months, 9/7/2022 - 9/6/2023.� SECTION 7 � DELIVERABLES/REPORTING SCHEDULE The Vendor will provide written data/results within 3 weeks or less of receiving each batch of Macaque specimens.� Items Description Quantity or No. of Copies Delivery Date Deliver To Specimen hormone testing and� analysis Provide quantitative progesterone testing and data 1 copy of data/ results per batch of testing and analysis Provide data/results within 3 weeks or less of each batch that is received CDC DHP/Lab Branch SECTION 8 � REFERENCE MATERIALS Not Applicable SECTION 10 � PAYMENT TERMS The invoice terms will be provided monthly. SECTION 11 � MINIMUM VENDOR QUALIFICATIONS AND LEVEL OF EFFORT The Vendor shall have the trained technician, expertise, capacity to perform Macaque Hormone analysis (such as Progesterone) on NHP specimens within 2 weeks of receiving each batch of samples and provide results/data to CDC within 3 weeks or less of receiving the batch of samples. The Vendor shall have a minimum of 5 years of experience providing such assays services on NHP specimens. SECTION 12 � EVALUATION FACTORS 1. Technical Evaluation: The vendor is required to have prior experience with quantitative hormone testing and data analysis. 2. Price Evaluation: The vendor�s price will be compared to previous contract cost and for reasonability.� Special consideration: Electronic and Information Technology Accessibility�� (a) Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal agency, have access to and use of information and data that is comparable to that provided to the public who are not individuals with disabilities, unless an undue burden would be imposed on the agency.� (b) Accordingly, any offeror responding to this solicitation must comply with established HHS EIT accessibility standards. Information about Section 508 is available at http://www.hhs.gov/web/508. The complete text of the Section 508 Final Provisions can be accessed at http://www.access-aboard.gov/sec508/standards.htm.�� (c) The Section 508 accessibility standards applicable to this contract are: 1194.� 205 WCAG 2.0 Level A & AA Success Criteria� 302 Functional Performance Criteria� 502 Inoperability with Assistive Technology� 504 Authoring Tools� 602 Support Documentation� 603 Support Services?� In order to facilitate the Government's determination whether proposed EIT supplies meet applicable Section 508 accessibility standards, offerors must submit an HHS Section 508 Product Assessment Template, in accordance with its completion instructions. The purpose of the template is to assist HHS acquisition and program officials in determining whether proposed EIT supplies conform to applicable Section 508 accessibility standards. The template allows offerors or developers to self-evaluate their supplies and documentation detail - whether they conform to a specific Section 508 accessibility standard, and any underway remediation efforts addressing conformance issues. Instructions for preparing the HHS Section 508 Evaluation Template are available under Section 508 policy on the HHS Web site http://hhs.gov/web/508.�� In order to facilitate the Government's determination whether proposed EIT services meet applicable Section 508 accessibility standards, offerors must provide enough information to assist the Government in determining that the EIT services conform to Section 508 accessibility standards, including any underway remediation efforts addressing conformance issues.� ?� (d) Respondents to this solicitation must identify any exception to Section 508 requirements. If a offeror claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies or services delivered do not conform to the accessibility standards, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense.� (e) Electronic content must be accessible to HHS acceptance criteria.� Checklist for various formats are available at http://508.hhs.gov/, or from the Section 508 Coordinator listed at https://www.hhs.gov/web/section-508/additional-resources/section-508-contacts/index.html. Materials that are final items for delivery should be accompanied by the appropriate checklist, except upon approval of the Contracting Officer or Representative.���
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92aeb676cd7146029b34bc1ff560bb10/view)
- Place of Performance
- Address: Decatur, GA 30034, USA
- Zip Code: 30034
- Country: USA
- Zip Code: 30034
- Record
- SN06329257-F 20220519/220517230101 (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 |