NIA-22-006431

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Recipient murine animals for transplant experiments.
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
112990
All Other Animal Production
Small Business Size Standard
$1 Million
FPDS Classification Code
8820
Estimated Period of Performance
9/1/22-7/31/2023
Delivery of Goods
7/31/2023
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Jackson Laboratory
Vendor Address
610 Main Street
Bar Harbor, ME 04609 US
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.
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 Jackson Laboratory
The essential characteristics of the recipient animals that limit the availability to a sole source are the specific genetic background we have utilized in previous experiments. Only this suggested source can furnish the requirements, to the exclusion of other sources, because recipient animals from different vendors have slightly different genetic backgrounds. Previous experiments have shown that these mice allow for differentiation between host CD45.1 cells and donor CD45.2 cells because they contain the CD45.1 allele. Using a different strain of mice may introduce other genetic factors that would make comparisons across experiments impossible due to the genetic and environmental differences in the background of the mice. In order to ensure maximum reproducibility/reliability and to decrease confounding variables as much as possible, it is essential that this specific strain of mice from The Jackson Laboratories is purchased.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular- 2022-04 Dated 1/30/2022.

The Translational Gerontology Branch (TGB) will conduct transplant experiments to examine restored potential to manipulated, aged hematopoietic stem cells (HSC). The gold-standard experiment for HSC function is transplantation. This is a project funded by OSD funds as part of the inter-laboratory research proposals.

The  Contractor will generate and breed a colony of B6.SJLPtprc(a) Pepc(b)/BoyJ M01 mice which is a strain of mice that is not available at the NIH aging colony. The Contractor will maintain a colony in their facility in order to provide a consistent supply of these animals. These mice will be used by the investigator as hosts to donor bone marrow to examine the functional potential of hematopoietic stem cells. The background of these congenic recipients is important to keep consistent due to variations between genetic backgrounds that this allele is bred on. Furthermore, this specific strain of mice will help to expand the knowledge base in medical and associated sciences as well as to exemplify and promote the highest level of scientific integrity as outlined in NIH’s mission.

Generic Name of Product:  Transgenic mice

Purchase Description:  Trade name: B6 Cd45.1; Brand name: Pep Boy, B6 Cd45.1; Manufacturer’s name: B6.SJL-Ptprca Pepcb/BoyJ mouse strain; Catalog number: 002014

Salient characteristics:  B6.SJLPtprc( a) Pepc(b)/BoyJ M01 females to generate congenic recipient mice every 8 weeks.

Quantity: Shipments of 40 females at 10 weeks of age produced by the breeding colony  will occur every 8 weeks

Delivery Date: Every 8 weeks.

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 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.”

SUMMARY STATEMENT:

 

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. UEI Number:

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).

 

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/:
 

  • FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation. 
  • FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) 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)] 
  • FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), is applicable to this solicitation 
  • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021) is applicable to this solicitation.
  • 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. 

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), 
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 
  • 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)

 

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

3. NIH Invoice and Payment Provisions

All responses must be received by 4/21/22 at 5:00PM Eastern Standard Time and must reference announcement / solicitation number NIA-22-006431. Responses may be submitted electronically to wiwa.lui@nih.gov Phone 240-205-4197.  Fax responses will not be accepted.

All responsible sources may submit response which, if timely received, must be considered by the agency.

 

 

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.