SOLICITATION NOTICE
R -- Genotyping Support Services for the NIA
- Notice Date
- 9/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-16-838
- Archive Date
- 10/15/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Genotyping Support Services HHS-NIH-NIDA-SSSA-NOI-16-838 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-16-838 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Transnetyx, Inc. located a 8110 Cordova Road, Suite 119, Cordova, TN 38016-0552. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1, dated August 15, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 500 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that Transnetyx, Inc. (Transnetyx) is the only contractor capable of meeting the needs of this requirement to ensure continuity of science. Specifically, the National Institute on Aging (NIA) is currently engaged in over 90 approved Animal Study Proposals (ASPs) utilizing rodent models that have been developed using Transnetyx-supplied genotyping data. To complete these efforts, additional genotyping data is required and must be comparable to the existing data in all methodologies. Any variation in the genotyping process may invalidate research efforts and make recreation of efforts impossible. As the data to be further analyzed under this requirement was originally processed by Transnetyx using its proprietary procedures, only this entity is able to perform the additional genotyping testing while still ensuring standardization of data and results. Without standardized data and results, the long term efforts of the ongoing projects would be jeopardized and any scientific conclusions from the data would be invalidated. Accordingly, only Transnetyx is capable of meeting the needs of this follow on requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) has historically performed rodent genotyping services internally to support investigative research staff. However, it was recently determined that NIA will no longer perform this work. At that time, the NIA awarded contract number HHSN311201600190P to Transnetyx, Inc. to perform rodent genotyping and provide results. NIA studies which were begun using data from these Transnetyx, Inc. genotyping results are continuing and require additional genotyping service support to reach completion. Additionaly genotyping support is therefore required and, to ensure standardization of data, only Transnetyx, Inc. is capable of meeting the need. Purpose and Objectives The purpose of this requirement is to provide the National Institute of Aging (NIA) with DNA extraction and multi-gene analysis services for rodent tissue samples. Biological samples shall primarily include rodent tail clip, ear punch, and toe clip samples. Samples shall be provided by the Government for contractor analysis as needed up to three times per week. It is expected that approximately 15,228 samples shall be analyzed during the requirement period of performance. Project Description The contractor shall provide the following DNA extraction and multi-gene analysis services: 1.Perform DNA extraction from biological samples provided from rodents, including rodent tail clip, ear punch, and toe clip samples. 2.Perform polymerase chain reaction (PCR) assays for genotyping of all biological samples provided. PCR analysis may require between one and ten genes be analyzed per sample. 3.Perform quality assurance analysis on 1% of provided samples each week. Quality assurance results shall then be provided to the Government within one week. Any and all concerning items shall be reported to the Government immediately, however. 4.Perform re-test of any failed analyses or analyses with questionable results. This shall include all analyses, not just quality-assurance-tested analyses. Re-test, if required, shall be the responsibility of the contractor and shall not be charged to the Government. 5.All DNA extraction and PCR assays and analyses must be completed within 72 hours of contractor receipt of samples. 6.Provide reproducible genotyping assay information and any raw data obtained in genotyping analysis for any and all samples provided by the Government, upon request. 7.Provide results of DNA extraction and PCR assays and analyses with annotation. Results shall be provided via an online bioinformatics database which the Government may easily access. The database must be provided and hosted by the contractor and all results shall be included therein within 72 hours of contractor receipt of samples. The database shall be password protected and must meet Section 508 standards, though the database shall not be available to the public. 8.Store all provided samples and remaining biological tissues appropriately for preservation for 6 months after receipt from the Government. Stored samples and remaining tissues shall be in maintained in such condition that subsequent nucleic acid analyses may be performed. Stored samples shall be returned to the Government upon request. Upon holding for 6 months, the contractor shall obtain approval from the Government to either return or destroy samples. 9.Provide sample collection (96 well plates) and storage material (supplies) to the Government for tissue collection. Supplies shall include sample collection plates or vials, refrigerated sample storage units for holding samples prior to genotyping analysis, appropriate pre-paid shipping containers, and a sample record tracking system/method. 10.Provide for all shipping and courier related costs for the Government to send and receive samples. Shipping containers/packages are expected to be provided to the government as part of the provided service. Samples must be picked up by the Contractor from the Government at least three (3) times per week. Samples returned must be shipped via overnight express but need not be refrigerated. 11.Provide telephone support to the Government. Government Provided Information/Property: The Government will collect and provide rodent biological tissue samples for contractor analyses. The Government shall also furnish the contractor with existing genotyping protocols and other documentation developed for the rodent samples, such as construct sequences and manuscripts. FAR Clause 52.245-1 Government Property shall be applicable to this requirement. Key Personnel: HHSAR Clause 352.237-75 Key Personnel (December 18, 2015) is applicable to this requirement as detailed below. The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. The following key personnel are required: 1.One (1) Genotyping Lab Manager The Genotyping Lab Manager must possess a B.S. in a biological, chemical, or genetic science and must have a minimum of five (5) years of experience in assay design and development, data interpretation and troubleshooting, and use of high throughput DNA isolation and real time PCR genotyping systems. 2.One (1) Quality Assurance Manager The Quality Assurance Manager must possess a B.S. in a science or engineering discipline and must have a minimum of five (5) years of experience in analysis and interpretation of data results and data integrity management. The Quality Assurance Manager must also have a minimum of five (5) years of experience performing process validations, equipment qualifications and regulatory compliance. 3.One (1) Local Technical Sales Representative The Local Technical Sales Representative must possess a minimum of three (3) years of experience in a customer service related field. Experience must include serving as a liaison between contractor and customer, troubleshooting, and data dissemination. Delivery Requirements: Analysis results shall be provided via contractor-hosted database. Samples shall be picked up from and returned to the Government site located at 251 Bayview Blvd, Baltimore MD 21224 Period of Performance: The period of performance for this requirement shall be October 3, 2016 through April 3, 2017. Place of Performance: The place of performance for this requirement shall be the contractor's worksite. Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis. Data Rights: FAR Clause 52.227-14 Rights in Data - General shall be applicable to this requirement. All data provided and produced in relation to this requirement shall be solely owned by the Government. The contractor will not publish scientific data based on this requirement. Confidentiality of Information: No information of a personal nature will be disclosed by the government to the contractor. However, HHSAR Clause 352.224-71 Confidential Information shall be applicable to this requirement. Testing results shall be considered confidential information. RESPONSE INSTRUCTIONS 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) 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 purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1.Technical Capability: The contractor shall detail in a technical proposal how it plans to meet each of the project requirements. Technical approach shall be evaluated for reasonableness and effectiveness in regards to the requirement. 2. Key Personnel: The Contractor shall detail the key personnel proposed for this requirement. Key personnel shall be evaluated for conformance to the requirements indicated in this statement of work. Meeting and exceeding requirements shall be considered favorably. 3.Past Performance: The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the requirements outlined in this Statement of Work. Experience shall include the following information for each contract or purchase order listed: a)Name of Contracting Organization b)Total Contract Value c)Description of Requirement d)Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (October 2015) apply to this acquisition. 5.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-838. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Ms. Lauren Phelps, Contract Specialist, by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-838/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04281509-W 20160923/160921234849-3db10ef47cdda32197e055dc0f85eea4 (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 |