United States - Cross-Species Transcriptional Characterization of Retinorecipient Neuronal Populations

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
29 March 2024
Opportunity publication date
24 March 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

COMBINED SYNOPSIS / SOLICITATION-COMPETITIVE
Title: Cross-Species Transcriptional Characterization of Retinorecipient Neuronal Populations
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
2. The solicitation number is 75N95024Q01789 and the solicitation is issued as request for quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13 —Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement.
The National Institute of Mental Health (NIMH) Section on Light and Circadian Rhythms (SLCR) is currently engaged in an extensive project to characterize multiple retinorecipient brain regions across different lighting conditions using single cell transcriptomics. The analysis of large-scale, multi-modal data generated from these experiments requires specialized bioinformatics expertise. Experience with bioinformatics and transcriptomics are required. Extensive experience with single cell transcriptomics is required. The purpose of this acquisition is to acquire a Contractor who would facilitate ongoing single cell transcriptomics projects in the SLCR, perform bioinformatics analyses and data preparation, attend virtual meetings with team members as required, and assist in the preparation of transcriptomics data for publication in peer-reviewed journals. See Attachment 1 – Statement of Work, for additional details.
3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, dated 12-23-2023.
4. The North American Industry Classification System (NAICS) Code for this procurement is 541690 Other Scientific and Technical Consulting Services. The U.S. Small Business Administration establishes a size standard for 541690 of 19,000,000 or less in annual revenue. This requirement is not a total small business set-aside.
5. Line Items:  NIDA anticipates the use of a Firm-Fixed-Price type contract as a result of this solicitation. NIDA also anticipates the use of Options in accordance with the Federal Acquisition Regulation 52.217- 9 Option to Extend the Term of the Contract (Mar 2000). It is anticipated that this contract will consist of a 12-month Base Period, with two (2) additional 12-month Option Periods. This period of performance will allow for the greatest flexibility given the program needs and funding availability. It is estimated that the Base Period will begin on April 15, 2024 and run through April 14, 2025. Below is a table that contains a list of line item number and description of the requirement for the anticipated award of the Base Period.
Line No.     Description
1                FY24. Base Period. Cross-Species Transcriptional Characterization of Retinorecipient Neuronal Populations. April 15, 2024 – April 14, 2025.
6. Project 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 (Attachment 1):
The Contractor shall:

Provide expertise in single cell RNA-seq experimental design and analysis;
Provide expertise in transcriptional analysis of multimodal and cross-species data;
Provide expertise in the use of bioinformatics analysis tools and algorithms;
Provide assistance in the preparation of transcriptomics analyses for publication;
Provide assistance in the organization of data and analysis pipelines in SLCR; and
Provide expertise and prior work experience in a biomedical setting, with diverse types of scientists. 

Please see Attachment 1 – Statement of Work for the complete description and details of the requirement.
7. The anticipated period of performance for the order shall be:

Base Year:                  04/15/2024 – 04/14/2025
Option Year One:        04/15/2025 – 04/14/2026
Option Year Two:        04/15/2026 – 04/14/2027

The ultimate period of performance if all options are exercised shall be April 15, 2024 through April 14, 2027.
8. The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
9. The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2:
The award resulting from this solicitation will be made to the responsible Offeror whose quote is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Criteria, Price, and Options.
A tradeoff process shall be used for this acquisition because it has been determined to be in the best interest of the Government to consider award to other than the lowest priced Offeror or other than the highest technically rated offeror. All evaluation factors and significant sub-factors are listed below in terms of their relative importance. Technical Factors are significantly more important than price.
Evaluations will be based on the demonstrated capabilities of the prospective Offeror in relation to the needs of the project. The merits of each quote will be evaluated carefully. Each quote must document the feasibility of successful implementation of the requirements of this solicitation. The Offeror must submit information sufficient to evaluate its quotes based on the detailed factors listed below.
a. Technical Evaluation Criteria
As part of the Technical Quote, the Offeror shall include the following:
1.  Technical Capability and Functionality                                                     
The Contractor’s proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements.
2.  Key Personnel Qualifications                                             
Offerors proposals shall be evaluated for level of conformance to the key personnel qualifications identified in this statement of work. Offeror proposals must contain a resume/CV.
3.  Past Performance                                                                                         
The Offeror shall provide past performance information. Past performance information shall cover a minimum of 1 year in relevant services and deliveries of comparable systems. The Offeror shall provide at least one reference for any project identified under the experience factor that has a performance period within the past three years. For each reference, the offeror shall provide: (1) Organization/contracting partner's name; (2) Point of contact's (POC) name and contact information: Current phone numbers. Valid email addresses; (3) Description that precisely explains: General scope of the contract. Specific requirements of the contract.
Offerors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken.  Furthermore, the Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information.
b. Price Evaluation
Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable.
c. Evaluation of Options
It is anticipated that any contract(s) awarded from this solicitation will contain option provision(s) and period(s). In accordance with FAR Clause 52.217-5, Evaluation of Options, (July 1990), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). However, this evaluation will not be conducted on any offeror whose Quote is determined to be technically unacceptable.
d. Evaluation of Section 508 Compliance
The offeror's proposal must demonstrate compliance with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194 for all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under this contract/order, including EIT deliverables such as electronic documents and reports.
If Offerors fail to include a completed HHS "Section 508 Product Assessment Template" (hereafter referred to as the "Template") which demonstrates that EIT products and services proposed support applicable Section 508 accessibility standards, or, if the completed "Template" included in your proposal is considered "noncompliant," and the Government includes your proposal in the competitive range (for competitive proposals), or if the Government holds discussions with the selected source (for sole source acquisitions), you will be afforded the opportunity to further discuss, clarify or modify the "Template" during discussions and in your Final Proposal Revision (FPR). If your "Template" is still considered "noncompliant" by the Government after discussions, your proposal may not be considered further for award.
10. The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. Offerors must include the representation at 52.204-24 if it is not in in their completed FAR Representations and Certifications. A copy of that representation is attached as Attachment 2 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
11. The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and is supplemented by Attachment 3 - 52.212-4 Addendum and Supplemental Clauses.  
12. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition and is supplemented by Attachment 4 - 52.212-5 Addendum.
13. 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.  Additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition are supplemented by the following attachments:

Attachment 1 - Statement of Work
Attachment 2 – Invoice Process Platform (IPP) Instructions
Attachment 3 - 52.212-4 Contract Terms and Conditions – Commercial Items (October 2018) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
Attachment 4 – Contract Clauses and Provisions
Attachment 5 - 508 Assessment: can be found at: https://www.hhs.gov/web/section-508/index.html and at: https://www.section508.gov/create/documents  

14. This is not a rated order under the Defense Priorities and Allocations System (DPAS). The resultant purchase order will provide that HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A—Health Resources Priorities and Allocations System.
15. The response to the combined synopsis/solicitation is due no later than March 29th at 1:00 P.M. Eastern Standard Time (EST). Offers submitted after the deadline may not be considered. The response should be submitted in a searchable electronic format to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov and Josh Lazarus at Josh.Lazarus@nih.gov Electronic submittals must include the combined synopsis/solicitation 75N95024Q01789 and the Title in the Subject Line.

In addition, the Unique Entity Identifier (UEI) number, 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.
16. Questions and requests for clarification should be submitted electronically to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov and Josh Lazarus at Josh.Lazarus@nih.gov on or before 1:00 PM March 26th 2024. Any questions or request for clarification must include the combined synopsis/solicitation 75N95024Q01789 and the Title in the Subject Line.

Opportunity closing date
29 March 2024
Value of contract
to be confirmed

About the buyer

Address
NATIONAL INSTITUTES OF HEALTH NIDA UNITED STATES
Contact
shaun.rostad@nih.gov

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?