SOLICITATION NOTICE
R -- Bioinformatics Support Services for the NIMH - Applicable Information Security Clauses
- Notice Date
- 3/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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-SSSA-RFQ-15-218
- Archive Date
- 4/23/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Applicable Information Security Clauses INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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 solicitation number is HHS-NIH-NIDA-SSSA-RFQ-15-218 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990 with a Size Standard of $14 Million Employees. SET-ASIDE STATUS This acquisition is 100% set-aside for women-owned small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, dated March 2, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Mental Health (NIMH) is one of 27 components of the National Institutes of Health (NIH), the Federal government's principal research agency dedicated to understanding, treating, and preventing mental illness through research on the brain and behavior, and through clinical, epidemiological and services research. NIH is part of the U.S. Department of Health and Human Services. Purpose The National Institute of Mental Health (NIMH) Division of Intramural Research Programs requires bioinformatics support services to satisfy operational objectives. The contractor shall support NIMH DIRP laboratory, clinical, and computer scientists as they define and design informatics projects. Project Requirements The Contractor shall perform the following tasks: 1. Support NIMH DIRP laboratory, clinical, and computer scientists as they define and design informatics projects of value to the Section 2. Perform quality control and analysis of SNP, next-generation sequencing, and microarray data obtained from humans and model organisms 3. Perform biological network and pathways analyses on sets of SNPs and genes that are identified 4. Apply physical mapping, functional, and disease annotation to sets of SNPs identified by NIMH DIRP employees in genome wide efforts 5. Design and apply existing computer systems and databases to organize, analyze, a. and mine large-scale DNA sequencing data. 6. Work independently and with a team of computer specialists, biologists, and clinicians as tasked to develop and maintain databases of genetic and biological data. 7. Create code in R, Perl, and Unix as directed and provide documentation and support a. to users where needed 8. Troubleshoot operational errors and decide what action is needed. 9. Collect, assemble, and curate publicly-available data with appropriate respect for rules governing data use and dissemination 10. Maintain a laboratory notebook describing the tasks accomplished in sufficient detail to allow others to replicate the work if necessary. 11. Maintain associated computer files, printouts, and other documents in an orderly fashion. 12. Process DNA and RNA sequence data that meets or exceeds standards of quality control current in the field at the time of award 13. Provide State-of-the-art biological and functional annotation of DNA and RNA sequence data 14. Create analysis-ready data files for a variety of biomedical applications 15. Create biological pathways and networks derived from available data 16. Create scripts, macros, and computer programs that carry out routine tasks quickly and accurately Government Furnished Equipment/Facilities: The Government will provide a desk, telephone, computer equipment, and necessary computer access to the contractor following award. Level of Effort The anticipated level of effort is one full time (2000 hours per year) contractor employee. This individual shall be considered key personnel per the clause below. HHSAR Clause 352.242-70 KEY PERSONNEL (January 2006) a. The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the Contractor or Government. (End of Clause) b. The following individual(s) is/are considered to be essential to the work being performed hereunder: One To-Be-Determined Bioinformatics Support Specialist Key Personnel Qualifications The Key Personnel Bioinformatics Support Specialist must have the following minimum qualifications: • Ph.D. in bioinformatics, computational biology, or related field. • At least 6 years experience in genetics and genomics. Overtime Overtime shall be authorized as required and approved by the project officer. The maximum number of overtime hours allowed per month is 10. Overtime shall be quoted to the Government in accordance with FAR Clause 52.217-7: Option for Increased Quantity - Separately Priced line item. 12 options for 10 hours (one option per month) shall be quoted each for the base period of performance and the option period of performance. Travel The contractor will occasionally be required to travel to other locations to participate in scientific meetings. Scientific meetings will be determined by the Project Officer. Travel expenses, including any airfare, lodging, and transportation, shall not exceed $2,500.00 per year. Travel shall be quoted as a separate line item for the base period and option period in accordance with the not to exceed value. Prior to incurring any travel expenses, contractor personnel must obtain written authorization from the Project Officer that approves approximate travel, dates, expected duration, origin and destination, purpose, estimated costs and the number and names of personnel traveling. Contractor expense reports shall be prepared and processed in accordance with the Federal Travel Regulation (FTR). Period of Performance The period of performance shall include a base period of one year and one one-year option period. The base period shall be from July 18, 2015 through July 17, 2016 and the option period from July 18, 2016 through July17, 2017. Place of Performance The place of performance shall be the NIH Building 35 and surrounding lab area as located at 35 Center Drive, Bethesda, MD 20892. Contract Type The Government intends to issue a firm fixed price contract with option for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clauses 52.217-5, Evaluation of Options, 52.217-7: Option for Increased Quantity-Separately Priced Line Item, and 52.217-9, Option to Extend the Term of the Contract apply to this acquisition. HHSAR Clause 352.242-70 Key Personnel (January 2006) is applicable to this requirement. FAR Clause 52.227-14, Rights in Data- General, is applicable to this requirement. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Information Security Clauses are applicable to this requirement as stated in the attached "Applicable Information Security Clauses" document. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Capability The Offeror shall detail its technical capability to perform the required tasks identified in this statement of work. Technical capability must demonstrate the contractor's capabilities relevant to this requirement. The contractor shall be evaluated for experience with Perl or Python to process or convert biological data, experience with statistical packages such as R, MATLAB, S-plus, and SAS, experience with using publicly available data repositories such as GenBank, Ensembl and PubMed, and experience in next-generation sequencing data processing, personal genetics data interpretation, pathway data analysis, text mining, and data visualization. Contractor knowledge of both computational and life sciences shall also be evaluated. Factor 2: Corporate Experience The offeror shall provide a list of two (2) contracts completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Experience must be specific to biological laboratory support. Offerors shall include the following information for each contract or purchase order listed: • Name of Contracting Organization • Contract Number • Contract Type • Total Contract Value • Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW • Contract Period of Performance RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and shall not exceed 15 single-sided pages. The price quotation must include annual pricing for the base and option periods as well as the hourly rate used to calculate this pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Note Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-15-218. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-15-218/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03678593-W 20150327/150325235058-1bca3beb9f13ebcbbb4bb4b473da9e50 (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 |