This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(2) requiring the dissemination of information on proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000. This is a notice of intent to award a sole source contract to Washington University and is not a request for competitive proposals.
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.
Single-sole Source Determination:
The determination by the Government to make a single-sole source is based upon the market research conducted as prescribed in FAR Part 10—Market Research, specifically the results of the market research concluded that this order is for Generation of Transgenic Mouse models offered by Washington University. Currently, within our Institute the technology to make Tg lines using CRISPR/CAS9 technology platform has a very low efficiency for long constructs and for the introduction of floxed alleles. While the first one appears to be inefficient because of the large size of the transgenic allele, the latter seems to be hampered by the requirement for simultaneous introduction of the LOXP cassettes on 4 adjacent genomic locations. Collectively, we are currently below far below 1% success rate. Making Tg lines carrying reporter or conditional allele is currently within our institute almost impossible or requires multiple attempts becoming a lengthy and expensive process. We reached out to Washington University School of Medicine in St Louis and specifically GEiC genome Engineering and iPSC center that has nationwide one of the best and most efficient platforms for the generation of tg mice. As this process aims at implementing the know-how besides the generation of the reagents it represents a unique source of supplies of material and information that cannot be combined anywhere else. Market research did not result in another company that could provide the services required.
Contractor requirements:
Closing Statement:
This notice is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020)
All responses must be received by September 4, 2021 at 4:00 PM Eastern Time. Responses may be submitted electronically to [email protected] NIDCR 6701 Democracy Blvd., DEM 1, Room 675 Bethesda, MD 20892 Attention: Jimmy Sanders. Fax responses will not be accepted.
“All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”