Contact Points
Baltimore, MD 21218
The essential characteristics of the assay processing that limit the availability to a sole source is due to the unique experience Dr. Moghekar has running assays for parallel studies. To assure continuity of research and maximize comparability of assay results across studies, it is critical for Dr. Moghekar and his group to perform these assays. Dr. Moghekar’s staff has demonstrated excellent past performance in previous contracts running these specific assays. No source other than Dr. Moghekar’s group at Johns Hopkins Hospital can meet the requirements of this project because he will build upon assessments already performed by his group.
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 2021-05 published in the Federal Register on March 10, 2021.
Contractor shall analyze abeta42, abeta40, GFAP, pTau 181, NF-L, in 2010 samples from the BLSA and GESTALT study participants. The contractor will use a senior technician to run the assays on the Quanterix Simoa HD-1 or HD-X analyzer during the Period of Performance dates of 09/30/2021- 08/31/2022
LEVEL OF EFFORT:
Senior Technician. 27% effort
GOVERNMENT RESPONSIBILITIES
The government will provide the serum/plasma samples to be assayed and the necessary kits and materials to perform the Quanterix assays.
DELIVERY OR DELIVERABLES
The contractor shall deliver an electronic copy of the results of the analysis by the end of the period of performance.
REPORTING REQUIREMENTS
The contractor is required to provide a written progress report once the samples have been analyzed that will cover measurements for each sample, problems encountered, problem resolution, and unresolved problems.
Travel: N/A
Key Personnel: Senior technician with experience running assays on the Quanterx HD-1 or HD-X
Information System Security Plan: N/A
Data Rights: The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this contract including reports, recommendations, briefings, work plans and all other deliverables. 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.
Section 508- Electronic and Information Technology Standards: N/A
Publications and Publicity: The contractor will work with the National Institute on Aging on publications. Any publications are required to follow the NIA and WHI publication procedures.
Confidentiality of Information: N/A
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product. The response shall include: the unit price, list price, 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 the following: 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.
In addition, 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.”
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 (Aug 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)
All responses must be received by May 23, 2021 12:00 p.m. EST and must reference announcement / solicitation number NIA21-006102MD. Responses may be submitted electronically to malita.dyson@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.