22-008741

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Proteomic Analysis Services for Research in Extracellular Versicles in Senescene
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
Delivery of Goods
3 weeks after receipt of samples
Competition Status
Competitive
Vendor Name
Poochon Scientific
Vendor Address
5350 Partners Court, Ste. C
Frederick, MD. 21703
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 2202-07 dated August 10, 2022.

Senescent cells release large amounts of Extracellular Vesicles (EVs) which contribute to the impact of senescent cells in age-related disorders. The Laboratory of Genetics and Genomics (LGG), National Institute on Aging (NIA)have successfully identified the Senescent-Associated EVs (SA-EVs) markers and proposes that the functions of SA-EVs are likely mediated by the RNA and protein contents of EVs. The hypothesize that SA-EVs are refractory to uptake by neighboring fibroblast cells but are taken up by distant macrophages via specific surface protein-protein binding interactions.  SA-EVs serve as signals and regulators for the recruitment of macrophages to eliminate senescent cells. The LGG/NIA will study the molecular functions of cell surface protein SA-EVs in senescence and investigate internalization regulators in vivo.  This analysis includes quantitative profiling of cell-surface proteomes and phospho-proteomes of macrophages to reveal molecular evidence of interactions as well as the interfaces and binding hotspots of SA-EVs and macrophage receptors.

Specific Requirements and Quantity:

The Contractor will perform the following:

  • Work-flow: Protein lysate preparation, TMT18 Plex Isobaric-labeling, phosphor-peptide enrichment (for Phospho-Proteomic profiling only), UHPLC fractionation, digestion, LC-MS/MS analysis, TMT quantification, DATA analysis, and report results electronically within three weeks of receiving the 12 samples.
  • Provide data files, summaries, and documentation to the NIA (PDF report, Excel workbook of detailed qualitative and quantitative protein identifications, Scaffold analysis file).
  • Regular meetings between Government staff and the contractor will be scheduled either via teleconference or email.  The contractor will be required to provide technical consultation and support as needed at the government staff meetings, per the work requirements specified in this SOW.
  • Contractor shall perform work at a contractor site of his or her own selection.  Access to a Molecular Biology Laboratory for preparing samples by SDS-PAGE, in gel digestion as well as access to liquid chromatography and mass spectrometry equipment with appropriate computational support is required.

GOVERNMENT RESPONSIBILITIES

  • The government will provide samples for the mass spectrometry analysis performed at the Contractor’s location.
  • The government will be provided all data to be reviewed, updated and adjudicated.
  • The government will be responsible for reviewing and approving reports and final data analysis generated per the requirements in this SOW.

DELIVERY OR DELIVERABLES

The Contractor will deliver timely reports on their progress and a final electronic report concluding the analysis.  The Contractor will return any unused protein samples to the government.

REPORTING REQUIREMENTS

The Contractor will report by email, teleconference or in person regarding progress toward the stated goals and objectives. The report shall identify any problems that emerged and their resolution or plans for resolution.

The Contractor will deliver periodic updates and updated data files, and at the end of the contract period electronic digital data files reporting for the data to be reviewed, updated and adjudicated.

KEY PERSONNEL:

Required expertise in the specialized knowledge of sample preparation, including in-solution digestion, peptide purification, followed by fractionation and mass spectrometry analyses to identify and quantitate the proteins present in these samples.

DATA RIGHTS:

The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, data updates and statistical results. This includes the deliverables provided under the basic contract 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.

Contract Type: A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement. 

Summary Statement:

The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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):

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
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. 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 (May 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 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

All responses must be received by 9/03/2022, at 11am EST and must reference announcement / solicitation number 22-008741. Responses may be submitted electronically to Randall Carter (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.