Contact Points
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to The Icelandic Association. The National Institute on Aging (NIA) Laboratory of Epidemiology & Population Sciences (LEPS) is conducting research that requires the Icelandic Heart Association (IHA) to pull and plate plasma samples from 781 IDs of participants who participated in the AGE Gene/Environmental Susceptibility-Reykjavik Study at the second wave (AGES-RS2) and had whose plasma samples from first wave (AGES-RS1) were used as a part of an external funded project (MARK_VCID).
The Icelandic Heart Association (IHA) stores samples of 782 participants who participated in the Age Gene/Environment Susceptibility-Reykjavik Study (AGES-RS1) and (AGES-RS2) study. The IHA is the only vendor because they house the required samples from the AGES study.
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.
The National Institute on Aging (NIA) Laboratory of Epidemiology & Population Sciences (LEPS) is conducting research that requires the Contractor to pull and plate plasma samples from 781 IDs of participants who participated in the AGE Gene/Environmental Susceptibility-Reykjavik Study at the second wave (AGES-RS2) and had whose plasma samples from first wave (AGES-RS1) were used as a part of an external funded project (MARK_VCID). In addition, to harmonize batches separated by a time gap, the Contractor will pull a subset of plasma samples in the AGES-RS1 study from 50 participants who had plasma biomarkers assayed before. Plasma should be prepared according to instructions provided by the Laboratory for Clinical Biochemistry Research at the University of Vermont.
The LEPS/NIA requires these services so that the pulled and plated plasma samples may be used in their project “Application of novel analytic approaches to identify factors modulating level and change of AD biomarkers in a longitudinal population-based cohort”.
Plasma proteins, such as amyloid-b, tau, or neurofilament light chain (NFL), were found to be promising biomarkers to detect ongoing inflammatory and neurodegenerative disease. These findings, however, are primarily generated from two clinical cohorts (ADNI and BioFINDER).[1] To better understand the robustness of these plasma biomarkers as a tool to screen, track disease progression, or monitor the therapy, we need to validate these findings in other longitudinal population-based studies.
Period of Performance:
September 12, 2022, to January 31, 2023.
Scope of Work:
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:
Specific Requirements:
The contractor shall: Identify, pull, plate, provide study specific IDs, and send from the biorepository, a minimum of 300 μLs EDTA plasma (preferably 350 - 400 μLs) of 781 IDs of AGES-RS2 participants and of 50 IDs of AGES-RS1 participants provided by the NIA. The 781 AGES-RS2 samples and 50 AGES-RS1 samples shall be sent to the University of Vermont.
Any protected health information (PHI) shall be removed. A clear sample ID number shall be provided. The contractor shall provide an electronic excel file of the samples when shipping. The final number of samples sent will depend on the availability of the samples from the 781 in the Icelandic Heart Association (IHA) repository and on the availability of plasma samples from the 50 AGES-RS1 samples that could be already available in the University of Vermont archive.
Government Responsibilities:
The government will provide the address for where the plasma samples should be sent.
Delivery or Deliverables:
The contractor shall provide the invoice for shipping the samples to the designated laboratory and the electronic excel file of the shipped samples.
Travel:
No travel required.
REPORTING REQUIREMENTS:
The final report should include the list of IDs, any notation on the quality or quantity of individual plasma samples, and the date when the list was sent to the biorepository.
All IDs listed for this project are de-identified and cannot be traced back to an individual. The link between an individual and their data are kept in a secure environment at the Icelandic Heart Association.
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.
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
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 (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.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
- FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Aug 2020)
- FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
- NIH Invoice and Payment Provisions
All responses must be received by September 03, 2022 at 1 PM EST and must reference announcement / solicitation number 22-010419. 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.