Whole-cell Proteome Analysis

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Type of Government: Federal
FSC Category:
  • Q - Medical Services
NAICS Category:
  • 541380 - Testing Laboratories
Posted Date: Jul 19, 2023
Due Date: Aug 2, 2023
Solicitation No: 75N95023Q00346
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Whole-cell Proteome Analysis
Active
Contract Opportunity
Notice ID
75N95023Q00346
Related Notice
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Jul 19, 2023 01:32 pm EDT
  • Original Date Offers Due: Aug 02, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Bethesda , MD 20892
    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 75N95023Q00346 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; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04, with effective date June 2, 2023.



(iv) The associated NAICS code 541380 - Testing Laboratories and the small business size standard is $19 million. This requirement is full and open with no set-aside restrictions.



(v) This requirement is for the following services:

Whole-cell proteome analysis on human induced pluripotent stem cells (iPSC)-derived neurons from derived iPSC line (KOLF2.1J).



(vi) Background Information and Objectives:



The National Institute on Aging’s (NIA) Center for Alzheimer’s Disease and Related Dementias (CARD) is focused on understanding the cell biology that underlies risk and resilience to neurodegenerative diseases like Alzheimer’s disease. One of NIA CARD’s projects seeks to understand how neuroinflammation, a key factor in Alzheimer’s disease (AD), impacts cellular lipids and how these interactions may perpetuate disease risk in particularly vulnerable or resilient genetic backgrounds. In order to accomplish this objective, NIA CARD needs to profile the proteome of KOLF2.1 iPSC derived neurons.



Vendor shall perform whole-cell proteome analysis on human induced pluripotent stem cells (iPSC)-derived neurons.



Specific Requirements:




  • Government will provide samples as follows:

    • 8 KOLF2.1J iPSC-derived neurons harboring 7 ADRD-related variants and 1 wildtype (n=5). The iPSC-neuron will be lysed and snap frozen upon collection.



  • Vendor shall conduct whole-cell proteome analysis including 7,000 gene panel on Government’s 40 samples (8 lines*5 replicates).

  • Vendor shall provide the raw reads file and normalized protein quantification results to the Government.

  • Turnaround time shall be approximately 4 weeks after vendor receives the cell lysate.



Government Responsibilities:

The government shall provide frozen KOLF2.1J starting material to vendor.

Deliverables:

Vendor shall provide the raw reads file and normalized protein quantification results to the Government.



Reporting Requirements:

The vendor is to provide documentation regarding:






    1. General method of proteome analysis.

    2. Raw reads files and normalized protein quantification results.





Travel: The principal place of performance is the vendor’s work site. Travel for contractor employees will not be necessary.



Key Personnel: Vendor will provide a dedicated project manager to the government as a point of contact for the services.



Section 508—Electronic and Information Technology Standards:



The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.



(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 4 weeks.



(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 (Aug 2020)

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

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022)

  • FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (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 (Dec 2022). 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)

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)



The following provisions and clauses apply to this acquisition and are attached in full text. 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 (June 2023)

  • NIH Invoice and Payment Provisions



(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



a. Technical capability of the item offered to meet the Government requirement;

b. Price; and

c. Past performance [see FAR 13.106-2(b)(3)].



Technical and past performance, when combined, are significantly more important than cost or price



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 (Nov 2021), 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.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) 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 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 11:00 A.M. Eastern, on August 2, 2023, and reference Solicitation Number 75N95023Q00346. Responses must be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov and Karen Mahon, Contracting Officer, at karen.mahon@nih.gov.



Fax responses will not be accepted.


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
  • Jul 19, 2023 01:32 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

May 24, 2023[Sources Sought (Original)] SOURCES SOUGHT: Whole-Cell Proteome Analysis

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

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

State Government of Maryland

Bid Due: 12/31/2024

Login JavaScript enabled browser required. Form Details (Abstract): RFQ 47951,1 Status Active Abstract

Washington Suburban Sanitary Commission

Bid Due: 12/01/2024

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

State Government of Maryland

Bid Due: 5/01/2024

Status Ref# Project Close Date Days Left Action Open 119.24.B7 One to One

The Howard County Public School System

Bid Due: 5/01/2024