Federal Bid

Last Updated on 13 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Large fragment Knockin Gene mutation project

Solicitation ID 75N95019Q00273
Posted Date 23 Aug 2019 at 6 PM
Archive Date 13 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 United states
(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 75N95019Q00273 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 at $250,000.00.

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) for large fragment knockin services performed by Taconic Biosciences, Inc. located at 1 Discovery Dr, Ste 304, Rensselaer, NY 12144-3448.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2019-05, with effective date August 13, 2019.

(iv) The associated NAICS code is 541990- All Other Professional, Scientific and Technical Services with size standard $15 million.

(v) This requirement is for the following general requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work described herein: Contractor will develop and provide three mouse models for cblB (MMAB) deficiency for the Platform Vector Gene Therapy project supported by the Cures Acceleration Network (CAN), a section within the Division of Preclinical Innovation (DPI), Therapeutics Development Branch (TDB) at NCATS.

Specifically, the Contractor will provide three mouse models to support a basket trial gene therapy project for cblB (MMAB) deficiency. These animal models are critical for pre-clinical pharmacology studies to determine efficacy, dose finding and biodistribution of the lead gene therapeutic candidate for MMAB deficiency.

The salient characteristics of project requirements for this procurement, deemed essential features needing to be achieved, include the following:

1. Provide accelerated methodology for mouse knockout model generation is known as RapidKnockout (TM) that provides conventional knockout, reporter knockin and humanization mouse model.

2. Projects ensuring minimum of two (2) founder or three (3) F1 mice upon project completion.

(vi) BACKGROUND
The CAN was established to advance the development of high-need cures and reduce significant barriers between research discovery and clinical trials. The CAN funds a variety of initiatives designed to address scientific and technical challenges that slow down transitional research and currently is supporting projects through the Tissue Chip for Drug Screening, Biomedical Data Translator and 3-D Tissue Bioprinting programs at NCATS.

GOVERNMENT RESPONSIBILITIES
Government will not furnish property, facilities, workspace, computers, or other equipment. Contractor will not use federal facilities. Government will have the responsibility to review and approve the final report.

DELIVERABLES
Deliverables will include for each knockin mouse model: a Knockin Founders report, a Nuclease injection report, a Knockin Founder screening report, off-target analysis reports, a heterozygotes and genotyping report and one health monitoring report.

REPORTING REQUIREMENTS
The contractor is to provide the Project Officer with detailed reports at the completion of each milestone during the development of each knockin mouse model. Reporting is required for the knockin founders, nuclease injection, screening, off-target analysis, genotyping, health monitoring, and a final report.

TRAVEL
No travel cost will be reimbursed.

CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL
N/A

DATA RIGHTS
NCATS shall have unlimited rights to and ownership of all data including reports. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and made a part of this contract/order. Any data schemas will be the exclusive right of the government.
Publications and Publicity: Any datasets derived by the TDB from from this work will be a part of scientific publications and they will be made available to the public on the TDB public-facing internet website. The contractor will not publish any result of the work.
SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS
No EIT is anticipated to be generated as a result of this requirement.

(vii) Period of Performance: September 1, 2019 through August 31, 2020.

A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is September 1, 2019. Delivery will occur for quantity three (3) heterozygous mutant mice for each model project within 3-4 months for each animal model.

(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 (Jul 2016)
• FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)
• FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)

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 (Jul 2016)
• FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018).

The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019) is applicable to this solicitation and inlcuded by reference.
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (Jan 2019)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

The following provisions and clauses apply to this acquisition and are incorporated as a separate attachment:
• NIH Invoice and Payment Provisions (2/2014)
• FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)

(ix) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.

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. Evaluation will be performed in accordance to FAR 13.106-2 "Evaluation of quotations or offers" and may utilize comparative evaluations using price and the following factors as criteria.

a) Technical Capability:
Ability of the Offeror to understand the SOW and requirements, adequately describe the proposed approach, identify problems and potential challenges, and demonstrate how all contract requirements will be met. Offerors shall provide evidence of sufficient planning to show that the work will be accomplished and how it will be accomplished within time and other constraints specified in the SOW or as applicable. The Offeror shall utilize all available resources to include controlling the execution of assigned activities, tasks, sub-tasks, monitoring progress, status reporting, resolving critical issues and/or mitigating risks and fulfilling all delivery requirements.

b) Price; and

c) Past performance [see FAR 13.106-2(b)(3)]
Offerors shall show documented evidence of personnel experience related to the subject requirement. Specific and specialized relevant experience, knowledge, skills, abilities, and education of proposed personnel shall be clearly documented. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past three (3) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for such key personnel. For each contract, subcontract, or reference include:
(i) Name of Contracting Organization;
(ii) Contract Number (for subcontracts, provide the prime and subcontract numbers);
(iii) Contract Type;
(iv) Total Contract Value;
(v) Description of Requirement;
(vi) North American Industry Classification System (NAICS) code.

Price Quote: The Vendor shall submit a Fixed-price quote for the period of performance including unit pricing, total price proposed and all other relevant information and documentation that the item(s) quoted meets the salient physical, functional, or performance characteristics as specified in this solicitation.
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, with its offer.

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

(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 incorporated in full text.

(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xv) 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 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 and the offeror representation in FAR Provision 52.204-24, which is attached, MUST be completed and submitted with any quotation or response to this RFQ.

All quotations must be received no later than the closing date and time specified in the solicitation. The solicitation number must be referenced on all correspondence submitted for this requirement. Responses must be submitted electronically to Hunter Tjugum at [email protected]. Fax responses will not be accepted.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Hunter Tjugum, Contract Specialist, 301-827-5304, [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Jul 2019 at 7 PM
Bethesda Maryland 25 Aug 2021 at 6 PM
Location Unknown 16 Jun 2016 at 3 PM
Location Unknown 30 Jun 2016 at 7 PM
Bethesda Maryland 18 Aug 2022 at 7 PM

Similar Opportunities

New york 09 Jul 2025 at 4 AM (estimated)
New york 09 Jul 2025 at 4 AM (estimated)
Gaithersburg Maryland 16 Jul 2025 at 8 PM
Gaithersburg Maryland 07 Jul 2025 at 5 PM