Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Type of Government: Federal
FSC Category:
  • B - Special Studies and Analyses - Not R&D
NAICS Category:
  • 541990 - All Other Professional, Scientific, and Technical Services
Posted Date: Apr 17, 2024
Due Date: Apr 24, 2024
Solicitation No: 75N95024Q00214
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study
Active
Contract Opportunity
Notice ID
75N95024Q00214
Related Notice
75N95024Q00214
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2024 10:10 am EDT
  • Original Date Offers Due: Apr 24, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Baltimore , MD
    USA
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 75N95024Q00214 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 Johns Hopkins Bloomberg School of Public Health for Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study.



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 2024-03, with an effective date February 23, 2024.





(iv) The associated NAICS code is 541990 and the small business size standard is $19.5 million. This requirement has no set-aside restrictions.





(v) Statement of Work: See SOW attached.





(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. The period of performance is one (1) year from date of award.





(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 (AUG 2020)

  • FAR 52.212-1 Instructions to Offerors--Commercial Items (SEPT 2023)

  • FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (FEB 2024)

  • FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)

  • FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014)

  • FAR 52.227-14 Rights in Data-General (MAY 2014)

  • 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 (AUG 2020)

  • FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2023)

  • 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 incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2024)

  • Invoicing Instructions with IPP





(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: (i) technical capability of the service offered to meet the Government requirement; (ii) past performance; and (iii) price.



Technical capability and past performance, when combined, are 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.





(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.





(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.





(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.





(xiii) 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 for each labor category, breakdown and rationale for other direct costs or materials, and the total amount.



The Unique Entity ID from SAM.gov, 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 Wednesday, April 24th, 2024 at 12:00 pm Eastern Daylight/Standard Time and must reference solicitation number 75N95024Q00214. Responses must be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov



Fax responses will not be accepted.





(xiv) The name and of the individual to contact for information regarding the solicitation:



Rashiid Cummins



Contract Specialist



rashiid.cummins@nih.gov


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 27, 2024[Sources Sought (Original)] SOURCES SOUGHT: Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 1305M224R0017 - Analytical Chemistry Services, Sediment Analysis Active Contract Opportunity Notice ID

COMMERCE, DEPARTMENT OF

Bid Due: 5/10/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/31/2024

Follow Stereo-Seq Service Active Contract Opportunity Notice ID 12305B24Q0084 Related Notice Department/Ind. Agency

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/07/2024

Bid Opportunity Detail Return to Listing Supplier Registration Bid Information Type Request for

City of Frederick

Bid Due: 5/15/2024