Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

88 -- B6 Mice for REJU Longevity Project

Notice Date
1/13/2021 8:20:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00028
 
Response Due
1/21/2021 11:00:00 AM
 
Archive Date
02/05/2021
 
Point of Contact
Diedra Prophet, Scott Bredow, Phone: 3014807503
 
E-Mail Address
diedra.prophet@nih.gov, scott.bredow@nih.gov
(diedra.prophet@nih.gov, scott.bredow@nih.gov)
 
Description
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. The solicitation number is 75N95021Q00028 and the solicitation is issued as a request for proposal (RFP). 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.� 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), NIDA Office of Acquisitions � National Institute on Aging (NIA) Section, on behalf of the NIA intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to The Jackson Laboratory. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-02, with an effective date November 23, 2020. The associated NAICS code 112990 and the small business size standard is $1.0 Million. This requirement has no set-aside restrictions. The purpose of this requirement is to support the National Institute on Aging (NIA) REJU Longevity study to examine the effect of two (2) different drugs and their combinations on mouse lifespan. The study is currently investigating the effect of metformin and galantamine and their combination on longitudinally measured aging biomarkers as mice age and examine their effects on survival. The contractor shall provide B6 mice. The contractor shall breed and supply female and male mice that are approximately 8-9 months of age.� The mice will then be maintained in the CMS (Comparative Medicine Section) BRC (Biomedical Research Center) Vivarium by TGB (Translational Gerontology Branch) staff for the REJU Longevity Project. The contractor shall provide 250 female and 250 male B6 mice and 36 transport containers. Mice shall be bred at and shipped to the NIA BRC via courier. The price of shipping shall be included in the purchase order. The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated period of performance is for a period of 12 months from the date of award. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a) 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. (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consist of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price. (c) 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. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items (Dec 2019), is applicable to this solicitation. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation. The provisions of FAR clause at�52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Oct 2019) is applicable to this solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) 52.219-28 Post Award Small Business Program Representation (May 2020) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020) 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 (Jun 2020) 52.222-50 Combating Trafficking in Persons (Oct 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) In addition, the following FAR provisions are applicable to this solicitation and incorporated by reference: 52.204-7 System for Award Management (Oct 2018), 52.204-13 System for Award Management Maintenance (Oct 2018), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016). 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). The following provisions and clauses apply to this acquisition and are incorporated as an attachment. 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 (Oct 2020) FAR 52.204-26� Covered Telecommunications Equipment or Services-Representation (Oct 2020) Standard NIH Invoice and Payment Provisions (Aug 2014) Interim NIH Invoice and Payment Provisions (Oct 2020) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Data Rights The National Institute on Aging shall have unlimited rights to, and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract as outlined in the quote and any optional task deliverables exercised by the contracting officer.� 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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. 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 offers must be received by 2:00pm, Eastern Standard Time, on January 21, 2021, and reference Solicitation Number 75N95021Q00028.� Responses must be submitted electronically to Diedra S. Prophet, Contract Specialist, at diedra.prophet@nih.gov. Fax responses will not be accepted. The name(s)�of the individual to contact for information regarding the solicitation: Diedra S. Prophet,�Contract Specialist,�Phone:� 301-402-8070,�Email:� Diedra.prophet@nih.gov Scott Bredow,� Contracting Officer,�Phone: 301-480-7503,�Email:� scott.bredow@nih.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b1517da1d294fa48fcb064b0d289921/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05891563-F 20210115/210113230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.