Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

A -- Whole Genomic Sequencing Service

Notice Date
6/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1105638
 
Archive Date
7/12/2012
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 and with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is 1105638, and is being issued as a Request for Quotation. The solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, dated May 18, 2012. The associated North American Industry Classification System Code is 541711, Research and Development in Biotechnology, with a small business size standard of 500 employees. This acquisition is not set aside for small businesses. Statement of Need Services are required to sequence genomic DNA to identify genetic variants susceptible to drug safety. The objectives are: 1) to identify genetic variants that are responsible for individual differences in drug responses and susceptibility to Carbamazepine-induced adverse drug reactions; and 2) to evaluate the technical performance and quality of NextGen instrument and results when applied to genomic DNA sequencing. The Government requires pricing and ordering information for the following work: Whole Genome Sequencing (Human), 30X coverage, from short-insert paired end reads. The Government will send encoded and de-identified DNA sampled from 38 subjects. The 38 samples will be sent in September 2012. The Contractor shall: a. Independently assess the quantity and quality of the DNA samples provided by the Government to ensure that they are acceptable for sequencing. b. Prepare libraries from the DNA samples that can be run on the NEXT-Gen platform c. Sequence the libraries using the Next-Gen technology. The parameters for the sequencing are short-insert paired end reads, 100 bases per read, and a depth of coverage of at least 30x across the human genome per sample. d. Align the read data to the current reference human genome. At least 85% unambiguous alignment is required. Samples that fail to meet the requirements shall be re-analyzed at no additional cost to the Government. e. The following data analysis and output must be provided. The data will be provided on portable hard drives of sufficient capacity to hold the data (multiple hard drives may be used if needed). 1. FASTQ files for each sample. 2. A metadata table with details about the sample processing at the contractor's laboratory, including flow cell statistics outlining the quality and yield of the flow cell(s) where samples were clustered and sequenced. 3. QC files regarding any presence of artifact/duplicate sequences, along with base distributions and qualities. 4. An alignment file (BAM format) containing best alignments of each read to the applicable genome, with un-mappable reads also included. Delivery of analysis is required with 30 days of receipt of samples and shall be made FOB Destination to FDA/National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079. Prices shall be inclusive of all shipping costs, i.e., not separately priced. An official authorized to bind the offeror must sign the terms and conditions of the offer. The provision at 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition with the following addenda: The offeror agrees to hold the prices in its offer firm through September 30, 2012. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications electronically at http://orca. bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following addenda: This solicitation incorporates one or more FAR or HHSAR Clauses and provisions by reference, with the same force and effect as if they were given in full text. The full text may be accessed electronically at this/these address(es): http://www.acquisition.gov and http://dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html. 352.202-1 Definitions (Jan 2006) The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contractor shall comply with the additional following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: a. 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate 1 (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L 108-77, 108-78). b. 52.204-10 Reporting Executive Compensation and First Tier Subcontracting Awards (FEB 2012) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (If the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) ((E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.225-3, Buy American Act - Free Trade Agreements _ Israeli Trade Act (MAR 2012) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138. Alt I (MAR 2012) 52.225-5, Trade Agreements (Mar 2012)_ (19 U.S.C. 2501, et.seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31.U.S.C. 3332). Evaluation of offers: Award will be made to the lowest price, technically acceptable offeror. In order for an offer to be determined to be technically acceptable, it must: 1) at least offer 30X average sequence coverage, 2) short insert paired end reads only, and 3) provide encrypted raw data. Offerors who fail to complete the required representations and certifications, or reject the terms and conditions of this solicitation may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation 1105145. The RFQ is due in person, by postal mail, fax or email to the point of contact listed below no later than 1:00 pm CST June 27, 2012, Jefferson, AR 72079. Any questions regarding thisnotice shall be submitted no later than June 22, 2012 1:00 Pm CST to the attention of Marcia Park at Marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1105638/listing.html)
 
Place of Performance
Address: FDA/National Center for Toxicological Research, 3900 NCTR Road, Jefferson,, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02775926-W 20120616/120614235622-9d66fc8b9fc9c8cc04a2df1ee2ac9223 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.