Federal Bid

Last Updated on 21 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Convent Louisiana

IPSC Neurodegeneration Initiative (INDI) project

Solicitation ID HHS-NIH-NIDA-(AG)-CSS-75N95019R00063
Posted Date 28 Aug 2019 at 11 AM
Archive Date 21 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Convent Louisiana United states
IPSC Inducible Pluripotent Stem Cell Neurodegeneration Initiative (INDI) project
HHS-NIH-NIDA-(AG)-CSS-75N95019R00063
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-75N95019R00063 and the solicitation is issued as a request for proposal (RFP).

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 2019-05, dated August 13, 2019.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 541714 Research and Technology in Biotechnology with a size standard of 1000 employees.

Background
The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard.
Purpose and Objectives: The purpose of this requirement is to obtain a national resource of isogenic sets of Alzheimer's disease and related dementias (ADRD) mutation iPSC lines, complimented by foundational phenotypic datasets from differentiated disease-relevant cells derived from these lines.
DESCRIPTION OF REQUIREMENT
Attachment 1 Statement of Work (Revised)
Attachment 2 Technical Evaluation Criteria
Attachment 3 FAR 52.204-24
Attachment 4 52.212-5

Anticipated period of performance:
The period of performance for this acquisition will consist of one 12-month base period and four (4) 12-month option periods.

Place of Performance:
35 Convent Drive
Bethesda, MD 20892

Contract Type
The Government intends to issue multiple awards as firm fixed price commercial items purchase orders for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). There are no additional contract requirement(s) or terms and conditions applicable to this acquisition other than those listed under Applicably Clauses and Provisions. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

APPLICABLE CLAUSES AND PROVISIONS
The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offers most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on the 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, with their offer. The Clause at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment applies and must be submitted to be considered for award; The Clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment applies; The Clause FAR 52.217-9, Option to Extend the Term of the Contract; The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition.

RESPONSE FORMAT
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.

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.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet.

EVALUATION CRITERIA
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: See Attached Technical Evaluation Criteria. Technical and past performance, when combined, are significantly more important than cost or price.

CLOSING INFORMATION
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 6, 2019 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)-CSS-75N95019P00063.


Responses may be submitted electronically to [email protected]. For information regarding this solicitation, contact Andrea McGee by email at [email protected] or by phone at (301) 480-2449.

 

Bid Protests Not Available