INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.
The National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), intends to award a purchase order without providing for full and open competition to Washington University, Genome Technology Access Center, St. Louis, Missouri to perform SomaScan Analysis of 122 Serum and 122 Urine Samples from Pima Indians.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 541380 with a Size Standard $15,000,000.00.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Regulation (FAR) Circular (FAC) 2005-95 effective 19 Jan 2017.
This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000) and FAR Subpart 12- Acquisition of Commercial Items.
STATUTORY AUTHORITY
This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1).
PERIOD OF PERFORMANCE
12 months after award of purchase order
Place of Performance
National Institutes of Health
1550 E Indian School Road
Phoenix AZ 85014-4972 United States
DESCRIPTION OF REQUIREMENT
SOMAscan 1.3K-Urine samples-(Cell/Tissue kit) 122
SOMAscan 1.3K-Serum 122
We wish to establish a service contract to measure 1,300 candidate proteins in 122 serum and urine specimens from 61 Pima Indians with type 2 diabetes who underwent serial kidney biopsy. Measurements will be done on a SOMAscan platform located at the Washington University School of Medicine. Independently, and not as an agent of the Government, the Contractor shall provide these specific laboratory services to the Chronic Kidney Disease Section, National Institute of Diabetes and Digestive and Kidney Diseases. This contract will allow us to comprehensively evaluate the role of these proteins and compare them with expression patterns in kidney tissue from Pima Indians with type 2 diabetes. We want to determine which of these candidate proteins are related to underlying mechanisms of kidney disease and could be used as biomarkers for the disease.
We will combine these SomaScan data with longitudinal tissue expression data from our Pima Indian participants that were generated previously by the University of Michigan and provided to us for analysis. Together, these data will help us identify the causal relationships between these markers and the progression of diabetic kidney disease.
CLOSING STATEMENT
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 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 contract 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.
All responses to this notice shall be submitted electronically by 11:00 am Eastern Standard Time, on Monday July 23, 2018 to the Contract Specialist, Verne Griffin at [email protected]