Contact Points
Redwood City, CA 94065-1171
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 Seer, Inc. Seer’s Proteograph Assay is the only platform that can collect proteo forms across the dynamic range of the plasma proteome and measure the relative abundance of proteins in plasma by LC-MS. With the objective of improving the ability to identify and quantify biomarkers in complex samples, the NIA Translational Genoproteomic Unit (TGU) is testing the Proteograph platform in two pilot studies.
Unlike conventional deep proteomic techniques requiring depletion and fractionation workflows, Proteograh platform is fast, scalable, and leverages physicochemical differences on the protein level without specifically targeting proteins. The multi-nanoparticle assay technology increases precision and breadth while speeding analysis of high dynamic range sample for proteomic analysis in a 96-well plate format. A key advantage of the Proteograph pipeline is the ability to measure differences between samples in a highly reproducible fashion while reducing the concentration range of proteins in the enriched samples and facilitating detection of even low-abundance proteins, which are normally undetectable in plasma and serum samples by conventional methods.
This acquisition is being conducted under the 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 2022-07 dated August 10, 2022.
The National Institute on Aging (NIA) Translational Gerontology Unit (TGU) is conducting research by applying state of the art mass spectrometry approaches to develop biomarkers and therapeutic targets of aging in humans in mice. The TGU is developing several projects with the goal of comprehensively identifying and quantifying proteins in tissues with high dynamic range such as serum and plasma. As part of the large Study of Longitudinal Aging in Mice (SLAM study), a primary goal is to develop plasma and serum proteomic signatures that enable the quantification of aging rate and the burden of cellular senescence in mice throughout their lifespan and in conditions that elicit a senescence response. One of the challenging matrices in which to apply these analyses is serum and plasma, due to the large dynamic range of proteins in blood. With the objective of improving our ability to identify and quantify biomarkers in complex samples, we are testing the proteograph platform in two pilot studies. These services will be used to assess the Proteograph technology as well as identify a preliminary set of serum proteins associated with senescence in mice from the SLAM.
SCOPE OF WORK
General Requirements:
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:
Contractor shall be responsible for preparation of samples for Proteograph plasma assay. This proof of principle study for proteograph assay sample processing will run in two parts.
- Part one, NIA will provide a control sample set to the Contractor, and the Contractor will provide NIA with proteograph processed sample sets as well as reference Proteograph plasma peptides for LC-MS evaluation in-house. Results from part one will be shared with the Contractor to improve performance variation.
- Part two, NIA will provide samples to vendor for preparation for Proteograph assay processing. Vendor will return the prepared samples to NIA for LC-MS and data analysis.
LEVEL OF EFFORT:
The turnaround time is 6 weeks from the beginning of part one to completion of part two.
GOVERNMENT RESPONSIBILITIES
NIA will provide the Contractor with 25-250 ml of serum aliquots
DELIVERY OR DELIVERABLES
- Customer samples processed by Proteograph Assay.
- Peptides digested, desalted, quantified, and dried down for LC-MS injection.
- Assay control samples desalted, quantified, and dried down for LC-MS injection.
- The Contractor will provide the assay results via reporting transfer thru email.
REPORTING REQUIREMENTS
The contractor shall provide a summary report including information about samples received and peptide yields for each sample processed by Proteograph assay.
Key Personnel:
The Contractor will provide a dedicated project manager to the government as a contact point for the services.
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.”
Quote 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:
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 52.213-4, Terms and Conditions- Simplified Acquisitions (Other than Commercial Products and Commercial Services). (JAN 2022).
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 325.239-73, 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)
4. NIH Invoice and Payment Provisions
All responses must be received by September 5, 2022, at 3PM EST and must reference announcement / solicitation number 22-011596. Responses may be submitted electronically to Jacqueline Newman (jacqueline.newman@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.