22-011677

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Custom Reporter cDNA Replacement Knockin Mouse
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
112990
All Other Animal Production
Small Business Size Standard
$2.5M
FPDS Classification Code
8820
Delivery of Goods
8-11 months ARO
Competition Status
Non-Competitive
Vendor Name
Ingenious Targeting Laboratory
Vendor Address
2200 Smithtown Ave.
Ronknokoma, NY 11779
Single-Sole Source Determination
Acquisition Authority: This acquisition is conducted under the authority of Federal Authority 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.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Ingenious Targeting Laboratory for the Custom Reporter cDNA Replacement Knockin Mouse. While there are other vendors who provide similar services, Ingenious developed the proprietary performance functions and technologies that will be used to generate the required mouse model and mice, including the Rapid-ROSA2 targeting vectors, TruView Conditional Knockout system, FLP mouse ES cells, bacterial artificial chromosome (BAC) molecular biology techniques, and TruHumanization gene knockin technology.
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.

The National Institute on Aging (NIA) Laboratory of Clinical Investigation (LCI) is conducting research to have a fluorescent tag on the protein product of the Cnr1 gene—which is the Cannabinoid 1 Receptor (CB1R). This means that using fluorescent microscope we can see which cells express the CB1R. This is very important for Diabetes research because activation of the Cn1R seems to decrease beta cell function and lead to apoptosis. In brain CB1R reduction is a feature of Parkinson’s Disease (PD).

Generation of one Reporter cDNA Replacement Knockin Mouse Model (Modify mouse Cnr1 gene by inserting tdTomato reporter cDNA immediately downstream of ATG start codon and replacing rest of the coding sequence, retaining the TGA stop codon and 3’-UTR, in exon 2. Genomic target region ≤ 2 Kb, reporter cDNA ≤ 2 Kb.) is required. The deliverable is Germline Transmission F1 Mice.

Purchase Description:

Model Type: Custom Reporter cDNA Replacement Knockin Mouse

Final Deliverable: Germline-confirmed F1 heterozygous mice

Strain: C57BL/6 (N:J mix)

Gene of interest: Cnr1

Gene ID: ENSMUSG00000044288, ENSMUST00000057188.7

Salient characteristics and requirements:

Based on specific gene and project information to be provided by LCI/NIA to the Contractor, the Contractor will create one custom Cnr1 tdTomato reporter cDNA replacement knockin C57BL/6 mouse model. The custom Cnr1 knockin allele shall be created by inserting tdTomato reporter cDNA immediately downstream of the ATG start codon and replacing rest of the coding sequence, retaining the TGA stop codon and 3’-UTR, in exon 2 of mouse Cnr1 gene. The government shall own the animals generated by one workflow (either CRISPR or ES cells) from the Contractor as a result of this requirement. The custom gene targeting materials and mice will belong to LCI/NIA as intellectual property to be used for research as LCI/NIA sees fit.

Quantity: One (1) Reporter cDNA Replacement Knockin Mouse Model

Delivery Date: 8-11 months ARO

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:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

Respondents that believe that they are manufacturers or authorized resellers of the brand-name products specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s)offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.

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),

52.211-6, Brand Name or Equal (Aug 1999),

52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83),

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 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Aug 2020)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
  4. NIH Invoice and Payment Provisions

All responses must be received by September 12, 2022, at 10 AM EST and must reference announcement / solicitation number 22-011677. 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.