Contact Points
Boulder, CO 80301-2255
The HANDLS study is longitudinal and has repeated blood samples from participants starting in 2004. These longitudinal samples are limited and not renewable. It is critical that all assays using these samples maximize the information return and use as little actual material as possible. The SomaScan protein biomarker discovery assay can quantify approximately 7000 proteins using a minimal amount of blood plasma. This method has significant advantages compared to other conventional proteomics methods such as extreme high throughput, variety in detection pool, and sample volume saving. SomaLogic Inc. is the only company which has this unique and patented process based on proprietary reagents developed for this purpose. Other vendors cannot meet this particular need and thus this acquisition is restricted to one source.
Somalogic, Inc. has provided a sole source letter to the Government, certifying that no other company has authority to this unique and patented process based on proprietary reagents developed for this purpose.
Acquisition Authority: 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 2021-06 published in the Federal Register on July 12, 2021.
A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement.
Health disparities in age-related chronic conditions are well documented and related to multiple social determinants of health. While there is evidence that biologic factors serve as transduction pathways for the social determinants of health, it is unclear whether there is a proteomic profile that is associated with race or socioeconomic status that is related to the associated health risks. In addition, there is a scarcity of work that has assessed proteomic profiles in African Americans and whites in the context of socioeconomic factors. The objective of this work is to perform a pilot study to extensively examine the quantitative proteomic profile longitudinally in African Americans and whites at risk for health disparities. This will facilitate the planning of a future study that may be able to investigate the contributions of proteomic profiles to the disproportionate burden of disease incidence, prevalence, morbidity, and mortality in minority groups within the United States. The goal is to examine as wide a range of proteins as possible simultaneously using as little human biomaterial as possible since this is a scarce resource in NIA’s human cohort study, HANDLS.
The Period of Performance shall be September 15, 2021 through September 14, 2022
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:
HANDLS investigators require proteomic data on 36 study participants using the SomaScan assay technology to perform biomarker discovery in human plasma samples from African Americans and whites that represent a longitudinal examination. Because of the limited amount of plasma available and the need to investigate the widest range of expressed plasma proteins (~7000) that could possible serve as biomarkers for health disparities, HANDLS investigators need to perform a single test that requires minimal volume (<150ul). The Contractor shall perform sample quality and quantity control metrics, and provide the data in an Excel-compatible file format. The contractor shall confirm protein quantity and quality. The contractor shall quantify approximately 7,000 protein analytes from plasma samples provided by the government. The contractor shall provide written summaries and documentation of the methods used to perform the proteomic pipeline. The contractor shall supply the proteomic data in an electronic format that preserves study participants’ confidentiality. Following data delivery and upon request by the Government, the contractor shall participate in Government laboratory staff meetings to provide technical consultations as needed.
GOVERNMENT RESPONSIBILITIES
The Government will provide plasma (with a minimum volume as determined by the contractor) to the contractor for quality control metrics and protein quantification.
DELIVERY OR DELIVERABLES
The contractor will provide the following deliverables:
- A summary report of sample quality control metrics including any problems.
- Electronic data in a mutually agreed upon device that shall contain the protein assay and control data for all protein analytes, measured in relative fluorescence units (RFU) in an Excel-compatible file. These electronic data files will be securely transferred to a portable disk drive and delivered to the Government at the NIH Biomedical Research Center.
- Upon the Government’s request, written summaries and documentation of all methods and parameters used to perform the proteome pipeline.
- Upon the Government’s request, attend staff meetings and provide technical consultations as needed.
OTHER CONSIDERATIONS
Key Personnel:
Trained technicians.
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.
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)
The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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):
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. DUNS 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:
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.