Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2018 FBO #6081
DOCUMENT

A -- Ribonucleic Acid (RNA) Sequencing and Standard Bioinformatics Analysis - Attachment

Notice Date
7/16/2018
 
Notice Type
Attachment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25818Q9614
 
Response Due
7/20/2018
 
Archive Date
9/18/2018
 
Point of Contact
Michael Williams
 
E-Mail Address
792-1450,
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. DRAFT PERFORMANCE WORK STATEMENT (PWS) DRAFT Title: Hemodynamics, Uremia & Vascular Biology: Interactive Pathways for AVF Maturation Services Contract (SAVAHCS) GENERAL INFORMATION This is a one-year firm-fixed-price contract to provide specialized genomic sequencing and analysis services for the Merit Review research study NEPH-022-13S Hemodynamics, Uremia & Vascular Biology: Interactive Pathways for AVF Maturation. 1.1 Description of Services/Introduction: The contractor shall provide the necessary skills and expertise to successfully provide Ribonucleic Acid (RNA) sequencing and standard bioinformatics analysis to address identified pathogenetic issues and build a clinically relevant knowledge base to enhance AVF maturation. 1.2 Background: The Southern AZ VA Health Care System (SAVAHCS) Research Service has a requirement for RNA sequencing and standard bioinformatics analysis for the following VA Medical Research, Office of Research and Development-funded project: Hemodynamics, Uremia & Vascular Biology: Interactive Pathways for AVF Maturation. The Principal Investigator (PI) on this project needs RNA sample libraries of standard bioinformatics analysis that can provide researchers information to identify important mechanistic pathways and novel genes that could in the future translate into novel therapies for atherosclerosis. RNA sequencing will be applied to the problem of AVF maturation. This current proposal plans to expand our knowledge base about the interaction between non-uremia and uremia in order to develop new insights, predictors and therapies for this important clinical problem caused by uremic environment. 1.3 Objectives: Complete the work specified under paragraph five, Specific Tasks of this PWS no later than 15 working days prior to the end of each period of performance. Maintain close communications with the PI on the analytical results and provide the necessary documentation and sequence data to the principle PI within 35 days of receipt of samples. Display detailed knowledge of standard operating procedures in handling biohazardous materials such as Sus scrofa Minimize handling or shipping of materials to prevent accidental exposure. Complete all data analysis and written deliverables no later than within 35 days of receipt of samples. 1.4 Scope: The contractor shall provide all resources necessary to accomplish the deliverables described in this Performance Work Statement (PWS) except as may otherwise be specified. Contractor shall conduct the Eukaryotic RNA-seq quantification (lib prep & seq & analysis) 6G raw data/sample; FTP, Sus scrofa, 24 RNA Sample library type 250-300 bp insert, cDNA library, Standard bioinformatics analysis and with a 35 working days turnaround time. Contractor will provide expertise as needed in preparing data for analysis. Contractor will provide all the necessary analytical data and determined by the PI within the scope of this contract. Period of Performance The period of performance for this contract shall not exceed 9/30/19. General Information 1.5.1. Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Within 30 days after contract award, Contractor shall submit electronic copies (compatible with Microsoft Word or PDF) of a comprehensive written QCP to the Contracting Officer (CO) and COR s within five working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the CO s acceptance in writing of any proposed change to his QC system. 1.5.2. Quality Assurance: The Government will periodically evaluate the contractor s performance under this contract. Contractor shall provide the Government unrestricted access to records required to evaluate Contractor s performance under this contract. 1.5.3. Recognized Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.5.4. Hours of Operation: The Government considers the hours of 8:00 A.M - 4:30 P.M. as the core duty hours Monday through Friday except for holidays specified in 1.6.3 of this PWS. 1.5.5. Security Requirements: The Contractor, its personnel, and its subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. 1.5.6. PHYSICAL Security: Not Applicable. 1.5.7. Contracting Officer Representative (COR): The (COR) and if applicable (ACOR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists the Program Manager/Primary Investigator (PI) in contract administration. The COR is authorized to assist the PM in performing the following functions: monitor Contractor s performance of the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government specifications: monitor Contractor's performance and notifies both the CO and Contractor of any deficiencies. The COR is not authorized to change any of the terms and conditions of this contract. 1.5.8. Key Personnel: The Contractor shall provide the names of the personnel responsible for managing this contract. In the event that any of the personnel named in the proposal are unable to perform the duties of managing this contract, for any reason such as death, illness, or resignation from the Contractor s employment, the Contractor shall promptly submit to the CO and COR the names of their replacements. 2. DEFINITIONS AND ACRONYMS 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and/ or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACOR Alternate Contracting Officer's Representative COR Contracting Officer Representative FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 CO Contracting Officer POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SAVAHCS Southern Arizona Veterans Affairs Health Care System VHA Veterans Health Administration 3. GOVERNMENT FURNISHED ITEMS AND SERVICES 3.1. SUPPLIES: The VA will supply the materials required for the testing by the contractor. 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES 4.1. The contractor shall supply all labor, equipment, parts, testing, supplies, transportation, facilities, and all other related elements necessary to perform testing IAW the tasks as determined in Part 5 of this PWS.PART 5 5. SPECIFIC TASKS 5.1. RNA-seq quantification: The Primary Investigator (PI) or authorized VA representative, will submit 24 samples (swine) Illumina Platform PE150 Q30 80% of Species Name Sus scrofa during performance period, to be prepped and tested using the methods listed in 5.1.1 and 5.1.2 below. 5.1.1. Species Name Sus scrofa, Sample Type RNA Sample, Sample Number 24, Library Type 250-300 bp insert cDNA library. 5.1.2. Standard bioinformatics analysis with a 35 working days turnaround time. 5.2. Deliverables: The contractor shall conduct and provide documentation of all analyses. 5.2.1. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures as referenced below: Not Applicable 7. TECHNICAL EXHIBIT LISTING: TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required usually a shall statement) Standard Performance Threshold (This is the maximum error rate. It could possibly be Zero deviation from standard ) Method of Surveillance PRS # 1. Deliver documentation from Eukaryotic RNA-sequencing quantification Documents are delivered within 35 working days of receipt of testing materials Zero deviation from standard 100% inspection Prospective contractors must be authorized/certified to provide the required service, and must show proof with any provided documents at the time of responding to this Sources Sought announcement. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Notice request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541715 (1,000 Employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Michael.Williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Pacific Standard Time on July 20, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818Q9614/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9614 36C25818Q9614.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485930&FileName=36C25818Q9614-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4485930&FileName=36C25818Q9614-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04993243-W 20180718/180716231055-ee5f0ae45e095a4ffcbb931298670af0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.