E-RFQ #75N95021Q00292

Submitted by NIDA_Section on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Quantitative Proteomic analysis of SARS-COV-2 infected minibrain samples by TMT-16plex and LC/MS/MS
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Shaun
Rostad
shaun.rostad@nih.gov

Secondary Contracting Officer

Joshua
Lazarus
josh.lazarus@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
$16,500,000 USD
FPDS Classification Code
Q301 Laboratory Testing Services
Estimated Period of Performance
August 16, 2021 – September 20, 2021
Delivery of Goods
Therapeutics for Rare and Neglected Diseases (TRND)
Competition Status
Non-Competitive
Vendor Name
Poochon Scientific, LLC
Vendor Address
5350 Partners Ct., Suite C
Frederick, MD 21703
Background/Description of Requirement

ELECTRONIC REQUEST FOR QUOTATION (E-RFQ)

Title: Quantitative Proteomic analysis of SARS-COV-2 infected minibrain samples by TMT-16plex and LC/MS/MS

 

REQUEST NUMBER: 75N95021Q00292

 

DATE ISSUED: July 23, 2021

 

ISSUED BY CONTRACTING OFFICE:  Department of Health and Human Services / National Institutes of Health / National Institute on Drug Abuse (NIDA), c/o 3WFN MSC 6012, 301 N Stonestreet Ave., Bethesda, MD 20892.

 

FOR INFORMATION CONTACT:  Shaun Rostad, 301-443-6677, shaun.rostad@mail.nih.gov

 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE:  541380 Testing Laboratories.

 

SMALL BUSINESS SIZE STANDARD: $16,500,000 USD.

 

SET-ASIDE STATUS: No set-aside restriction is applicable.

 

Competition Status:  This requirement is non-competitive.

 

NON-COMPETITIVE (SINGLE-SOLE SOURCE (INCLUDING BRAND-NAME)) DETERMINATION:

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Poochon Scientific, LLC located 5350 Partners Ct Suite C, Frederick, MD 21703. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted specifically producing no other sources of supply or service capable of achieving this Government requirement.  

 

DATE QUOTATION DUE:

All responses to this RFQ must be received by 1:00 PM Eastern, July 27, 2021 and must reference the request number cited above.  Responses must be submitted electronically to the contact person cited above.  Fax responses will not be accepted.

 

IMPORTANT:

This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the contract specialist cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by Quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the Quoter.

 

REQUIREMENT DESCRIPTION:

The Government requires proteomic profiling of 24 samples representing different time points after SARS-CoV-2 infection will be used to detect changes in expression of over 5,000 genes. The service includes protein lysate preparation, TMT- labeling, UHPLC fractionation, digestion, LC-MS/MS analysis, TMT quantitation, pathway analysis and associated reports.

 

Upon receipt of the 24 SARS-CoV-2 infected organoid samples from the Government, the Contractor shall:

  1. Prepare protein lysates from 24 orgnaoid pellet samples;
  2. Pool samples into three sets and label with three TMT-16plex labeling kits;
  3. Fractionation of labeled peptides by basic reversed phase (ultra-high performance liquid chromatography) UHPL;
  4. Conduct Nanospray LC/MS/MS analysis using a Thermo Scientific Q-Exactive hybrid Quadrupole-Orbitrap Mass Spectrometer and a Thermo Dionex UltiMate 3000 RSLCnano System;
  5. Utilize the Proteome Discoverer 1.4 software to search MS Raw data files (24 files from 24 fractions) against the human protein sequence database or other species protein sequence database;
  6. Evaluate the proteome profile for each sample using Poochon’s PROMICPATH;
  7. Complete common pathway analysis using Poochon’s PROMICPATH;
  8. Complete custom pathway analysis using Poochon’s PROMICPATH; and
  9. Provide documentation of experimental procedures, protein identification results, TMT-tag based quantification results and pathway analysis report.

 

GOVERNMENT RESPONSIBILITIES:

The Government shall provide the Contractor with 24 SARS-CoV-2 infected organoid samples.

 

DELIVERY & CONTRACT TYPE:

The Contractor shall deliver to the Therapeutics for Rare and Neglected Diseases (TRND) a complete data package including spreadsheet of raw data as well as a complete data work-up and full report. The Contractor shall provide summaries and documentation to TDB and TRND staff as necessary.

 

The estimated period of performance shall be: August 16, 2021 – September 20, 2021. Delivery of results shall be completed and provided to the Government within six (6) weeks after receipt of samples from the Government. A Fixed-Price type of Purchase Order contract award is anticipated as a result of this RFQ.

 

QUOTER TERMS AND CONDITIONS (To be filled out by the Quoter):

  1. Period of Performance OR Delivery Date After Receipt of Order:
  2. Shipping Point (F.O.B. OR Destination):
  3. Payment Discount Terms:
  4. Select One: Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:
  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:

 

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 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
        2. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
        3. FAR 52.204-26 Covered Telecommunications Equipment or Services-
        4. Representation.
        5. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (OCT 2018) is applicable to this solicitation.
        6. The provisions of FAR Clause 52.212.2 Evaluation—Commercial Items (Oct 2014) is applicable to this solicitation. 
        7. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.
        8. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (JAN 2021) is applicable to this solicitation:

52.222-3 Convict Labor (June 2003)

52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-26 Equal Opportunity (Sep 2016)

52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)

52.222-50 Combating Trafficking in Persons (Jan 2019)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.225-13 Restriction on Certain Foreign Purchases (Jun 2008)

52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

 

In addition, the following FAR provisions 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 (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016).

 

The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. Offerors must include the representation at 52.204-24 if it is not in in their completed FAR Representations and Certifications. A copy of that representation is attached as Attachment 2 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

 

TECHNICAL EVALUATION:

 

An award will be made to the offer that is the lowest evaluated price and meets or exceeds the acceptability standards for non-price factors. The non-price factors include the demonstrated technical capability to comply with the salient characteristics, the inclusion of Options as stated in the Purchase Description, as well as past performance.

 

An award shall be made to the lowest-priced, technically acceptable, responsible offeror. Technical acceptability shall be based on the following:

  1. The Offeror must indicate in its quotation the ability to provide all of the specified services described above.
  2. The Offeror must indicate in its quotation the ability to provide all of the customer support and consultation services as described above.
  3. The Offeror must indicate in its quotation the ability to meet the delivery requirements.

 

The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. All offerors evaluated based on technical acceptability based on the Statement of Work and proposed prices will be evaluated on reasonableness.

 

Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable.

 

SUMMARY STATEMENT:

Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service.  The response shall include a QUOTATION with Fixed Pricing that includes as applicable: unit price, list price, total price, any shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.  Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

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.