SOLICITATION NOTICE
R -- Neurodegenerative Disease Scientific Data Analysis Services
- Notice Date
- 6/13/2025 10:48:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95025R00040
- Response Due
- 6/23/2025 8:00:00 AM
- Archive Date
- 07/08/2025
- Point of Contact
- Hashim Dasti, Phone: 3014028225
- E-Mail Address
-
hashim.dasti@nih.gov
(hashim.dasti@nih.gov)
- Description
- Title: Neurodegenerative Disease Scientific Data Analysis Services (i) This is a combined synopsis/solicitation for commercial products and commercial services 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 75N95025R00040 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial product or commercial 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 Products and Commercial Services; and FAR Part 12�Acquisition of Commercial Products and Commercial Services and is expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-03, with effective date January 17, 2025. (iv) The associated NAICS code is 541690 and the small business size standard is $19 million. This requirement is a total small business set-aside. (v) This requirement is for the following services: Neurodegenerative Disease Scientific Data Analysis Services (vi) The purpose of this requirement is to procure scientific data analysis services related to neurodegenerative diseases in support of the National Institute on Aging (NIA), Center for Alzheimer�s and Related Dementias (CARD). See the attached Statement of Work for additional details. (vii) The Government anticipates the award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of August 24, 2025 � August 23, 2027 and a maximum ceiling of $12,317,051.63. The Government anticipates issuing firm fixed price task orders during the ordering period, and anticipates issuing the first task order for a 12 month period immediately after the IDIQ is awarded, encompassing all activities described in the SOW. (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 https://www.acquisition.gov/caac-letters (End of provision) 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 https://www.acquisition.gov/caac-letters (End of clause) Additional provisions and clauses are included as attachments to this solicitation. FAR DEVIATION STATEMENT: The CAAC Letter 2025-01-Supplement 1 and CAAC Letter 2025-02-Supplement 1 are applicable to this acquisition. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. The mentioned CAAC Letters may be accessed electronically at this address: CAAC Letters | Acquisition.GOV. (viii) The following attachments are included and apply to this solicitation: 1. Statement of Work 2. Pricing Template 3. FAR and HHSAR Terms and Conditions 4. Information Security and Physical Security Terms and Conditions 5. Voluntary Product Accessibility Template (VPAT) 6. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Jan 2025) 7. HHSAR 352.239-78 Information and Communication Technology Accessibility Notice (Deviation) 8. HHSAR 352.239-79 Information and Communication Technology Accessibility (Deviation) 9. NIH Invoicing Instructions with IPP (Mar 2023). (ix) The provision at FAR clause 52.212-2, Evaluation � Commercial Products and Commercial Services (Nov 2021), 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. The following factors shall be used to evaluate offers: (i) Technical capability to provide the services described in the SOW, and to provide Key Personnel that meet the requirements listed in the SOW; (ii) Price; (iii) Past Performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than price. (b) 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) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. See DEVIATION STATEMENT above regarding applicable CAAC Letters. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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 product selected as compared with that of a comparable product, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. 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 Unique Entity ID (UEI) from SAM.gov, 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 questions must be received by 11:00 am., Eastern Daylight Time, on Friday, May 23, 2025, and have the subject line �75N95025R00040 � Questions�. Questions may be submitted electronically to nidacoaccommunications@nida.nih.gov. All quotations must be received by 11:00 am, Eastern Daylight Time, on June 23, 2025 and have the subject line �75N95025R00040 � Quote � [Company Name]�. Responses must be submitted electronically to nidacoaccommunications@nida.nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/17f0922ba75b4120b87d275246107562/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07477090-F 20250615/250613230047 (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 |