SOLICITATION NOTICE
B -- Sequencing of prepared ATAC seq library on Illumina Nextseq for paried end 75bp reads and up to 130 million reads per sample
- Notice Date
- 1/30/2018
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(AG)-NOI-18-031
- Archive Date
- 2/24/2018
- Point of Contact
- Gottschalk,
- E-Mail Address
-
jon.gottschalk@nih.gov
(jon.gottschalk@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisitions, Contracts Management Branch Blue, on behalf of the National Institute on Aging (NIA) intends to negotiate and award a contract to The Johns Hopkins University Deep Sequencing and Microarray Core, 3400 N. Charles St., Baltimore, MD 21218-2608 for Sequencing of prepared ATAC seq library services. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541690 - Other Scientific and Technical Consulting Services with a Size Standard of 15.0 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-95, dated January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 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. DESCRIPTION OF REQUIREMENT Project Title: Sequencing of prepared ATAC seq library on Illumina Nextseq for paried end 75bp reads and up to 130 million reads per sample. Purpose and Objectives The proposed project will examine age-associated changes in chromatin structure in primary human cell subsets isolated from peripheral blood. The goal is to carry out the analysis for 12 donors spanning the age-range from 20-80 years. Cytopheresis samples will be fractionated by a combination of magnetic bead purification and flow cytometry into 10 cell subsets. DNase I hypersensitivity analysis will be carried out using antibodies directed against specific histone modifications and A TAC protocol, respectively. For these studies we will use monocyte samples. ATAC samples will be converted into libraries at the NIA and provided to the facility for sequencing. General Requirements/Deliverables The NIA will convert the ATAC samples into libraries and the libraries will be provided to the contractor facility for sequencing. The contractor will For ATAC-Seq the contractor will sequence libraries provided by the government to obtain paired-end reads of 75bp length for a total of 130 million reads per sample. For ATAC-Seq samples contractor will provide paired-end reads of 75bp length for a total of 130 million read/samples. Government Responsibilities Government will generate ATAC libraries and provide to the Facility Manager, Dr. Haiping Hao, at the JHU Deep Sequencing and Microarray Core. Period of Performance NIH expects to provide samples to the facility between 2/12/2018 through 04/21/2018 CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notification must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The technical proposal must include CV information for proposed Key Personnel that meet the minimum requirements specified above. 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." 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. All responses must be received by February 9, 2018 at 9:00 AM Eastern Time and must reference number HHS-NIH-NIDA(AG)-NOI-18-031. Responses must be submitted electronically to Jon Gottschalk, jon.gottschalk@nih.gov, and must reference the solicitation number HHS-NIH-NIDA(AG)-NOI-18-031, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(AG)-NOI-18-031/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04804131-W 20180201/180130231151-20c733ab59603ee1300ee0f811c838dc (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 |