Quantitative Global Proteomic Study of SARS-CoV2 Infected Cortical and Choroid Plexus Organoids Using TMT-Multiplex Labeling and LC/MS/MS (COVID-19/Coronavirus)
(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 annou... (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 75N95021Q00381 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. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is August 27, 2021. 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 Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Poochon Scientific LLC, 5350 Partners CT, Ste. C, Frederick, MD 21703-8349 for quantitative global proteomic study of SARS-CoV2 infected cortical and choroid plexus organoids using TMT-multiplex labeling and LC/MS/MS. The SARS?CoV?2 samples are inactivated. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole single-source justification is NCATS has been using these unique analysis services of Poochon Scientific to analyze brain organoids infected with Zika virus along with the analysis of SARS-CoV-2 infected midbrain organoids. Direct comparison between the proteomic changes induced by Zika virus infection versus SARS-CoV-2 infection across orgnaoid types requires continuity of the instrumentation and data analysis strategies unique to Poochon Scientific. For the continuity of science and data related to this project, only the suggested source Poochon Scientific can furnish the requirements to the exclusion of other sources. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-06 dated July 12, 2021. (iv) This acquisition has no set-aside restrictions. The associated NAICS code is 541380 and the small business size standard is $16.5 million. DESCRIPTION (v) This acquisition is for the following list of contract line item numbers (CLINs) and items, quantities, and units of measure (including option(s), if applicable): Contract Line Item (CLIN) Description Unit Quantity 1 Item # QT-202, TMT16plex-Labeling EA 72 Quantitative Proteome Profiling (vi) The statement of work with a description of the services to be performed is included as Attachment 1 to this Solicitation. (vii) The period of performance will be thirty (30) days after receipt of order (ARO). PROVISIONS, CLAUSES, AND OTHER TERMS AND CONDITIONS (viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items (Tailored), applies to this acquisition and is attached in full text. (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 to meet the Government requirement; b. Price; and c. Past performance as defined under FAR 13.106-2(b)(3). (x) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.227-14, Rights in Data-General (May 2014). Pursuant to paragraph (d), the Contractor may not assert copyright, make use of, release to others, reproduce, distribute, or publish any data first produced or specifically used by the Contractor in the performance of this contract without prior approval of the contracting officer. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.223-70, Safety and Health (December 18, 2015) The following apply to this acquisition and are incorporated in full text as attachments: NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021): NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25. Addendum to these invoicing instructions applies to this acquisition, and the additional instructions to offerors are as follows: The Contractor will invoice for payment upon completion of all work. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement; however, HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A - Health Resources Priorities and Allocations System. SUBMISSION INSTRUCTIONS (xiv) This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall contain a quotation that includes the total price, as well as: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. 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 responses must be received by 01:00 PM, Eastern Time on August 24, 2021, and reference Solicitation Number 75N95021Q00381. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov. (xv) The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov. ATTACHMENTS Statement of Work FAR 52.212-1, Instructions to Offerors – Commercial Items (Jul 2021) (Tailored) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Jul 2021) NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021)
Data sourced from SAM.gov.
View Official Posting »