Federal Bid

Last Updated on 12 Aug 2020 at 4 PM
Combined Synopsis/Solicitation
Baltimore Maryland

Inflammatory and Immune Response Protein Analysis of Extracellular Vesicles from HANDLS

Solicitation ID HHS-NIH-NIDA-(AG)-CSS-75N95020Q00150
Posted Date 12 Aug 2020 at 4 PM
Archive Date 27 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Baltimore Maryland United states 21224

HHS-NIH-NIDA-(AG)-CSS-75N95020Q00150

INTRODUCTION
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.

The solicitation number is HHS-NIH-NIDA-(AG)-CSS-75N95020Q00150 and the solicitation is issued as a request for quotation (RFQ).


ACQUISITION AUTHORITY 
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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated June 5, 2020.

CONTRACT TYPE

The Government intends to award a firm fixed price purchase order for this requirement.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

The associated NAICS code for this requirement is 325413 In-Vitro Diagnostic Substance Manufacturing size standard 1250 employees.

BACKGROUND

The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. 

The DNA Repair Unit (DRU) hypothesizes that different molecular cargos, including proteins, in extracellular vesicles contribute to the frailty phenotype in middle-aged adults.  DRU also hypothesizes that there will be different inflammatory and immune response protein levels in EVs in individuals who are frail versus non-frail individuals in the HANDLS cohort.

PURPOSE AND OBJECTIVES

The purpose of this requirement is to measure 92 different proteins in the inflammatory panel and 92 different proteins in the immune response panel using Proximity Extension Assay (PEA) technology for 200 plasma extracellular vesicle (EV) samples from Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) participants.

SCOPE OF WORK
 

See Statement of Work

See 

Place of Performance:

251 Bayview Blvd

Baltimore, MD 21224

ANTICPATED PERIOD OF PERFORMANCE:
The anticipated period of performance of this firm fixed price contract will be for 12 months.

Attachments:

Attachment 1 - Statement of Work

Attachment 2 - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2020)

Attachment 3- 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

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, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.  Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

The following FAR provisions shall apply to this solicitation: 52.204-7 System for Award Management (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.212-1, Instructions to Offerors--Commercial Items (Mar 2020), 52.212-2, Evaluation--Commercial Items (Oct 2014). Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2020), with their offer.

The following clauses shall apply to this solicitation: 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016), 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018).

The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

In addition, 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by September 7, 2020 at 12:00 pm, Eastern Daylight Time (EDT) and must reference solicitation number HHS-NIH-NIDA-(AG)-CSS-75N95020Q00150.  Responses may be submitted electronically to [email protected].  For information regarding this solicitation, contact Andrea Clay by email at [email protected] or by phone at (301) 480-2449.

Bid Protests Not Available