SOLICITATION NOTICE
Q -- TOPMed RNA Sequencing Services
- Notice Date
- 9/9/2016
- 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 Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2016-223-JML
- Archive Date
- 10/4/2016
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: The National Heart, Lung, and Blood Institute (NHLBI) has a Transomics for Precision Medicine (TOPMed) Program whose goal is to generate scientific resources to enhance our understanding of fundamental biological processes that underlie heart, lung, blood and sleep disorders. The program was organized in response to President Barack Obama's Precision Medicine Initiative which aims to provide disease treatments that are tailored to an individual's unique genes and environment. TOPMed contributes to this initiative through the integration of whole-genome sequencing and other "omics data" (e.g. metabolic profiles, protein and RNA expression patterns) with molecular, behavioral, imaging, environmental, and clinical data. In doing so, TOPMed hopes to uncover factors that increase or decrease the risk of disease, identify subtypes of disease, and develop more targeted and personalized treatments. The Framingham Heart Study (FHS) is a key contributor to the TOPMed Program. FHS Patient data and samples are a valuable asset to TOPMed. To date, TOPMed has acquired 1,200 patient samples from FHS for extensive analysis. FHS requires a TOPMed-approved contractor to perform RNA sequencing on 1,000 new patient samples for the TOPMed Program. FHS seeks to augment TOPMed's data resource by contributing 1,000 new patient samples to the program. Data obtained from the sequencing will aid FHS and TOPMed in their efforts to uncover factors that increase or decrease the risk of disease, identify subtypes of disease, and develop more targeted and personalized treatments. (i)This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. (ii)The solicitation number is NHLBI-CSB-HL-2016-223-JML and the solicitation is issued as a request for quote (RFQ). (iii)The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1 effective August 15, 2016. (iv) The associated NAICS code is 541990, All Other Professional, Scientific, and Technical Services, and the small business size standard is $15.0M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.5. (v)The Contractor Requirements are listed below: (vi)The Contractor Shall Provide: The contractor shall perform RNA Sequencing on 1,000 FHS samples according to the following specifications: 1.Contractor shall utilize the following equipment and supplies to perform sequencing on all samples: a.HiSeq 4000 Sequence System; b.Illumina TruSeq RNA library prep kit (RS-122-2201); and, c.HiSeq Paired End (PE) kits (PE-410-1001) with 2x 150bp Reads. 2.Contractor shall employ the following methods in sequencing for all samples: a.Method to include 2x150bp reads with 50 million reads; and, b.Sequencing alignment with STAR. (vii)Period of Performance: The period of performance is estimated to be one (1) year from the date of the contract award. Place of Performance: National Institute of Health, NHLBI 9000 Rockville Pike Bethesda, MD 20892 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: The contract award shall be made to the lowest price technically acceptable offeror. Qualification Criteria The offeror must be TOPMed-approved. A list of pre-approved sequencing centers was established by TOPMed early in 2016. In order to ensure consistency across data sets, TOPMed will only accept data from pre-approved centers. Therefore, only TOPMed-approved centers will be considered for award. (x)FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation ii.52.233-3, Protest After Award iii.52.233-4, Applicable Law for Breach of Contract Claim iv.52.222-3, Convict Labor v.52.222-21, Prohibition of Segregated Facilities vi.52.222-26, Equal Opportunity vii.52.222-36, Equal Opportunity for Workers with Disabilities viii.52.222-50 Combating Trafficking in Persons ix.52.225-13, Restrictions on Certain Foreign Purchases x.52.232-33, Payment by Electronic Funds Transfer-System for Award Management xi.52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving xii.52.244-6, Subcontracts for Commercial Items xiii.52.2232-39, Unenforceability of Unauthorized Obligations (xiii)All responses must be received by September 19, 2016 at 9:00 AM and must reference number NHLBI-CSB-HL-2016-223-JML. Responses may be submitted electronically to john.lear@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan M. Lear. Phone: 301-451-4470.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2016-223-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04265349-W 20160911/160911093004-9a129052deec7da2c956d57e3ff0521c (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 |