22-006848

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Metabolomic profiling of KOLF2.1 iPSC derived neurons
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
$16.5M
FPDS Classification Code
Q301
Estimated Period of Performance
6/06/2022 to 12/06/2022
Delivery of Goods
12/06/2022
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Metabolon Inc.
Vendor Address
617 Davis Drive
Suite 100
Morrisville, NC 27560
Single-Sole Source Determination
“Statutory Authority:
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), 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.

Single-Sole Source Determination:
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Metabolon Inc. 617 Davis Drive, Suite 100, Morrisville, NC. 27560.

In order to complete the necessary side by side comparisons of previously obtained date with future data on this research project, it is imperative the new data seamlessly integrates into an existing data set. Only Metabolon can provide these services to ensure completely harmonious data integration. Any other vendor would produce unknown variables into the experimental conditions and data output which would jeopardize NIA's data analysis. NIA has been working on this continuing research project for more than two years, if another vendor were used to obtain future data, NIA could not guarantee the previous data is fully consistent with future data.

The metabolite data that results from Metabolonic profiling is solely produced by Metabolon. Metabolon is the sole source supplier for Metabolonic profiling.
Background/Description of Requirement

“Acquisition Authority:  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 2022-06 published in the Federal Register on May 1, 2022.

The objective of this requirement is to use a highly quantitative mass-spectrometry based metabolite profiling technique to understand how Alzheimer’s disease risk factors may change the way KOLF2.1 iPSC derived neurons respond to inflammation and alter metabolism status.

The Center for Alzheimer’s Disease and Related Dementias (CARD) is focused on understanding the cell biology that underlies risk and resilience to neurodegenerative diseases like Alzheimer’s disease. One of its projects seeks to understand how neuroinflammation (a key factor in Alzheimer’s disease (AD)) impacts cellular lipids and how these interactions may perpetuate disease risk in particularly vulnerable or resilient genetic backgrounds. In order to accomplish this objective, CARD needs to profile the metabolite composition in a highly precise and accurate way in KOLF2.1 iPSC derived neurons.

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 below.

Vendor will perform a metabolite identification profile including 1000-25000 metabolites/sample according to Tier 1 standard of Metabolics Standards Initiative. This includes:

1. A relative concentration profile of all structurally named small-molecule entities, which can include both endogenous compounds, xenobiotics, and their metabolites extracted from the samples.

2. A statistical analysis of the resulting data, which typically consists of univariate significance tests (t-tests, ANOVA, repeated measures analysis, etc.) and, if appropriate, classification analyses.

3. Summary biochemical interpretation of selected, statistically significant metabolites provided in a Word report.

LEVEL OF EFFORT:

Ph.D. biochemists, biologists and/or bioinformaticians. The estimated level of effort after the samples have been received is six (6) months.

GOVERNMENT RESPONSIBILITIES:

The Government will provide the Vendor with 50 ipsc derived neurons.

DELIVERY OR DELIVERABLES:

  • Vendor staff shall provide the assay results to the Government via secure file transfer.
  • Access to the Contractor portal for downloading the study deliverables and providing data analysis and visualization tools that allow for further data exploration.

KEY PERSONNEL:

Vendor shall provide a dedicated project manager to the government as a point of contact for the services.

SECTION 508- ELECTRONIC AND INFIRMATION 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 SAM UNIQUE ENTITY IDENTIFIER (UEI), 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. SAM UEI 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 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) 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 completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

All responses must be received by 06/03/2022 at 12:00 PM Eastern Standard Time and must reference announcement / solicitation number. 22-006848.  Responses may be submitted electronically to Randall Carter at randall.carter@nih.gov.  Fax responses will not be accepted.


 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

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.