SOLICITATION NOTICE
B -- Illumina RNA Services using an Illumina HiSeq200 platform
- Notice Date
- 7/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1104098
- Archive Date
- 7/31/2012
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement herein under Simplified Acquisition Procedures. The solicitation number is 1104098. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, May 18, 2012. The associated North American Industry Classification System (NAICS) Code is- 541380 - Testing Laboratories; Size standards in millions of dollars $12.0. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on July 16, 2012 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov. The Food and Drug Administration is soliciting quotes for Illumina RNA Services using an Illumina HiSeq200 platform. This is for sequencing project samples using standard polyA selected RNA and modified RNA-Seq protocols from both Illumina platform, including protocols that can work with RNA samples of compromised quality and very low quantity. The turn-around time for this service is four weeks upon receipt of the samples. 1) Library preparation service for RNA-Seq using Illumina TruSeq library preparation kit (up to 4 barcode indices can be added to the libraries); 2) External RNA Control Consortium's (ERCC) 92 transcripts to be added as external quality controls, yielding about 1% of the total reads mapping to the ERCC transcripts; 3) Quality control analysis of the total RNA samples to be received from the government with an RNA Bioanalyzer, reporting the quality analysis results; 4) Quality control analysis of each prepared library with an RNA Bioanalyzer, reporting the quality analysis results; 5) mRNA Deep Sequencing using HiSeq 2000, paired-end sequencing with read of 50 bases long, yielding >80,000,000 reads/sample; 6) All sample quality analysis results and sequencing data are to be provided to the Government. The data will be provided on a portable hard drive of sufficient capacity to hold all the data. Any award resulting from this solicitation is contingent on the availability of funds within the 2012 Fiscal Year. Quotes shall be valid thru September 30, 2012. The Contractor shall have 4 weeks from receipt of each sample lot to run the samples and provide analytical data. Data shall be sent at Vendor's expense to NCTR electronically and on a portable hard drive supplied by the Contractor. RNA samples will be shipped out in 3 batches, with 80 samples per batch. The first batch of samples will be ready for shipping around July 16, 1012, the second and third batches will be available on August 16, 2012 and September 16, 2012 respectively. Item #1 Illumina RNA Truseq libraray preparation using PolyA selection protocol with barcoding and ERCC spike-in, including RNA Bioanalyzer QC for each RNA Quantity: 240 Unit Price: _____________________ Extended Price: _________________ GSA Contract Number (if applicable): ________________________ Item #2 RNA-seq using Illumina TruSeq V3 flow cell and protocol, pair-end reads, 50 bp x 50 pb, multiple (4) samples loaded in each lane with barcoding, incluidng library (cDNA) Bioanalyzer QC and accurate quntification by Qubit for each library Quantity: 240 Unit Price: _____________________ Extended Price: _________________ GSA Contract Number (if applicable): ________________________ FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Rd., Jefferson, AR 72079. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The government will award the purchase order to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government on a best value (tradeoff) evaluation basis, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the services offered to meet the Government's requirement. (ii) Past Performance. (iii) Price. Technical capability and past performance are significantly more important when compared to price in determining the best value to the government; however, price remains a significant factor. Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the service quoted meets the Government's requirements. Past Performance will be determined by review of information submitted by the quoter, which must describe experience with assessing microRNA changes in human serum, urine, and liver samples using Next-Generation sequencing technology. The Government reserves the right to look to other sources of information (e.g., the Past Performance Information Retrieval System (PPIRS), etc.) to support past performance evaluations. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. 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 following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1104098/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02795919-W 20120708/120706234622-8b9676cd838b1a6820c425f2e9da2c02 (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 |