22-001760

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Custom breeding of mice for the study of longitudinal aging in mice project.
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Edith
Allums
edith.taylor@nih.gov

Secondary Contracting Officer

Jackie
Newman
Jackie.newman@nih.gov
NAICS Code Number
112990
All Other Animal Production
Small Business Size Standard
$1,000,000
FPDS Classification Code
8820
Estimated Period of Performance
Jan 1, 2022 to June 30, 2022
Delivery of Goods
Two (2) shipments are planned for this project. Shipment will consist of 50 males and 50 females at 4 weeks of age and age matched C56BL/6J controls (50 males and 50 females) 3-4 months after the initial breeders are received.
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
The Jackson Laboratory
Vendor Address
600 Main Street
Bar Harbor, Maine, 04609
Phone: (207)288-6257
Single-Sole Source Determination
Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Jackson Laboratory and is restricted to this vendor because the background HET3 strain of the mice is from The Jackson Laboratory and the mice under this requirement must be compatible and have the required genetic mixture with the parental strains of the mice that NIA has previously obtained, thus they are the only vendor capable of supplying these mice.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-01 published in the Federal Register on December 6, 2021 located at  https://www.acquisition.gov/browse/index/far.

SCOPE OF WORK:

The Translational Gerontology Branch (TGB) within the National Institute on Aging (NIA) in an inter-laboratory collaboration with the Laboratory of Behavioral Neuroscience, Laboratory of Cardiovascular Science, Laboratory of Clinical Investigation, Laboratory of Molecular Biology and Immunology, Laboratory of Molecular Gerontology, and the Comparative Medicine Section will conduct a longitudinal study of aging in mice to identify biomarkers shared with humans that could serve as predictive factors for disease initiation and increase in mortality risk. Custom-bred mice are required for this project.

The Contractor will provide custom breeding of HET3 mice by crossing CByB6F1/J (Stock #10009) females and C3D2DF1/J (Stock #100004) males to generate mixed background offspring. The mice must be compatible and have the required genetic mixture with the parental strains of the mice that NIA has previously obtained.

Mice will be bred at the Contractor’s facilities and shipped to the NIA BRC via courier.

CONTRACTOR EXPERIENCE REQUIREMENTS – KEY PERSONNEL: Trained technicians are required to perform the required breeding.

DATA RIGHTS: The National Institute on Aging shall have unlimited rights to, and ownership of all deliverables provided under this contract with the Jacksons Laboratory, 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.

 

SECTION 508 – ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS

The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.

Contract Type:

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

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.”

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number, if applicable:

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS:

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/.

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)].

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation.

4. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2021) is applicable to this solicitation.  See attachment.
 

In addition, the following FAR provisions and clauses 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 (Aug 2020),

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
3. NIH Invoice and Payment Provisions

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  

Interested parties may identify in writing their interest and capability in response to this requirement. 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.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.