SOLICITATION NOTICE
68 -- Exome Sequencing
- Notice Date
- 2/19/2014
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-PS67
- Archive Date
- 3/12/2014
- Point of Contact
- Andrea McGee, Phone: 3014358718
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR A PURCHASE ORDER WITHOUT PROVIDING FULL AN OPEN COMPETITION (INCLUDING BRAND NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institutes of National Institute of Neurological Disorders and Strokes intends to negotiate and award a fixed price purchase order without providing for full and open competition (Including brand-name) to The Broad Institute, Inc. 7 Cambridge Center, Cambridge, MA 02142. The solicitation number is HHS-NIH-NIDA-PS67 and the solicitation is issued as an request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. This combined synopsis / solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-72, January 1, 2014. The intended procurement is classified under NAICS code 541712 with a size standard of 500 employees. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contract awarded using FAR Part 13 -Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6 - Competition Requirements. FAR provisions and clauses that apply to this acquisition are: FAR clause 52.212-1, Instructions to Offerors - Commercial Items. The Offer shall include all documents as cited in the clause. An addendum is not applicable to this provision. FAR clause 52.212-2, Evaluation - Commercial Items. FAR clause 52.212-3 Offeror Representations and Ceritifications - Commercial Items, with its offer. FAR clause at 52.217-9, Option to Extend the Term of the Contract. Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Description of Requirement - Exome Sequencing This project involves exome sequencing of neuromuscular patients and their families for the purposes of diagnosis and research into the genetics of heritable muscle disease. Exome sequencing of neuromuscular patients will determine genetic diagnosis and discover new disease genes. A. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) The contractor shall perform quality control of 67 samples followed by exome sequencing, data processing, and analysis with specified research collaborators. We expect the data for the current 67 samples to be delivered at once. We will request that the data be uploaded into xBrowse, an exome data analysis interface developed by one of the collaborating labs at the Broad Institute. Furthermore, we will ask that the raw data be sent to our lab on hard drives which we provide, so that we may have backup copies of raw data for future applications. B. GOVERNMENT RESPONSIBILITIES The Broad Institute will ship coded tubes to our lab and we will send them back after aliquoting our DNA samples. D. DELIVERY OR DELIVERABLES 1. Description of Tasks and Associated Deliverables: The Broad will deliver the data through our collaborating group's analysis interface, xBrowse. We will also request the raw data to be delivered to us either electronically or through a hard drive sent to them by our lab. 2. Reporting Requirements We only require notification that the samples pass quality control and have begun sequencing. Any other updates about status are helpful but not required. C. SECURITY REQUIREMENTS: 1. No names will be sent. Samples will only be sent with our lab's internal ID number which contains no identifying information. E. DATA RIGHTS 1. The resulting sequence data will be analyzed and used by our lab, and collaboratively with other groups as determined by our lab. F. PERIOD OF PERFORMANCE Period of Performance will be for a base year and one option year(s). Include price for base year with the proposal. The determination by the government to award a contract without providing full and open competition (including brand name) is based upon market research conducted as prescribed in FAR Part 10-Market Research. The results of the market research concluded that there other companies with the capability of performing exome sequencing. However, to continue ongoing research collaboration projects between the Broad Institute, Inc and the National Institute Neurological Disorders and Strokes it is in the governments best interest not to change the contractor at this time so that the integrity of the research will not be jeopardized by introducing new variables into the experimental results which may result in incorrect interpretation of the research being conducted. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capabilities in response to this notice. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. In addition to a price quote, the Offeror must submit descriptive literature of the services proposed, and any other information the Offeror considers relevant to the Government's evaluation of the services proposed. The Government intends to evaluate the proposals and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. In order to receive an award from NIDA, contractors must have a valid registration in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. All responses must be received by February 25, 2013 12:00pm Eastern Standard Time (EST) and must reference number HHS-NIH-NIDA-PS67. Responses may be submitted electronically to Andrea McGee andrea.mcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA) 9000 Rockville Pike, Bldg. 31 Rm. 1B59, Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency." For information regarding the solicitation you may contact Andrea McGee, 301-435-8781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-PS67/listing.html)
- Place of Performance
- Address: 35 Convent Drice, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03291746-W 20140221/140219235148-415cefb89f3bd7e97993ac93d3b534bd (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 |