SOLICITATION NOTICE
99 -- Whole Genome CRISPR Screen - Attachments
- Notice Date
- 9/5/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- 75N95019Q00327
- Archive Date
- 9/26/2019
- Point of Contact
- Jessica Adams,
- E-Mail Address
-
jessica.adams@nih.gov
(jessica.adams@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Invoice and Payment Provisions FAR 52.212-5 COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Whole Genome CRISPR Screen (i) 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. (ii) The solicitation number is 75N95019Q00327 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, dated August 13, 2019. (iv) The associated NAICS code is 541714 and the small business size standard is 1000 employees. No set-aside restriction is applicable. (v) The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), with the mission to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Stem Cell Translation Laboratory (SCTL) is a state-of-the-art research facility within NCATS' Division of Pre-Clinical Innovation dedicated to addressing the scientific and technological challenges in the iPSC field. The SCTL uses an integrated technological approach to better understand pluripotent stem cell biology and thereby leverage drug discovery and regenerative medicine. Through chemical screens, SCTL has developed a proprietary small molecule cocktail named "CEPT". CEPT greatly improves hESC and iPSC survial under various stressful conditions, such as cell dissociation, 3D culture, cryopreservation and others. Now SCTL aims to advance its understanding of stem cell survival and cellular stress response by using whole genome CRISPR screens provided by the vendor. Identification of target genes critical for cell survival will guide SCTL's effort to further optimize its key strategy and share the information with the public. The SCTL requires a whole genome CRISPR Screen service to be performed by the vendor using a human ESC line (WA-09) that SCTL will provide. The data generated from these services will be utilized by SCTL scientists to identify target genes and pathways that play critical roles in stem cell survival, standardization, quality control, and translation. (vi) Project Requirements Part One: Cell line evaluation and optimization for CRISPR screening 1. The contractor will receive from SCTL one clone of human embryonic stem cell (hESC) WA-09 and SOP for cell culture. 2. The contractor will receive from SCTL hESC growth media and supplements, or equivalent PO for these consumables. 3. The contractor will assess growth rate and antibiotic selection sensitivity of WA-09. 4. The contractor will determine the conditions for CRISPR screening. Part TWO: CRISPR screening in hESCs 1. The contractor will transduce, select and expand transduced cells. Two whole- genome gRNA libraries will be screened including CRISPRko and CRISPRa libraries. 2. The contractor will send back to SCTL frozen vials of transduced cells covering the transduced libraries. 3. The contractor will screen for cell outgrowth under two seeding conditions (250k cells/cm2 and 10k cells/cm2) in duplicate. Screen maintenance will be kept at 300x coverage for 12 population doublings. 4. The contractor will collect the cell pellet, purify DNA, amplify and prepare Next Generation Sequencing (NGS) libraries. 5. The contractor will perform NGS analysis, screen QC and Hit calling to generate the project report including statistical analysis and data visualization. SCTL requires the vendor to perform whole genome CRISPR Screen service. Specifically, two whole-genome gRNA libraries should be included in this project. 1. CRISPR Knockout (CRISPRko) screening service will be conducted using the GeCKOv2 whole genome library and a high performance all-in-one vector system to provide improved performance in a rapid workflow. 2. CRISPR Activation (CRISPRa) screening provides the capacity to study gain of gene function which allows broadening the range of possible applications. LEVEL OF EFFORT: Personnel handling acceptance of the shipped cell line, conducting CRISPR screen, and preparing data reports need be scientists experienced in these procedures. GOVERNMENT RESPONSIBILITIES NCATS SCTL will provide the vendor with the hESC line (WA-09). REPORTING REQUIREMENTS The Contractor must provide weekly updates on the progress of the project, unless there are issues that need to be brought to the attention of the Government than reporting should be as required. DATA RIGHTS Data generated as a result of this service will be the properties of NIH, SCTL, NCATS PUBLICATIONS AND PUBLICITY The contractor will not publish any result of the work. CONFIDENTIALITY OF INFORMATION The Contractor will keep the results of the contract confidential. DELIVERY OR DELIVERABLES The contractor will provide summaries and documentation to NCATS SCTL staff as necessary within 20 weeks of cell line receival. The contractor will provide raw and analyzed data to NCATS SCTL. Deliverables are to be submitted in electronic copy. Required deliverables: • A written report containing a summary of the findings and all experimental details. • Data will be provided in both raw and analysed formats, as appropriate (vii) Period of performance will be 20 weeks ARO. National Center for Advancing Translational Sciences 9800 Medical Center Drive Rockville, MD 20850 (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, applies to this acquisition. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical approach (ii) price; (iii) past performance (FAR 13.106-2(b)(3)) Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The 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. (xiii) The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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; maintenance availability; and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." All responses must be received by September 11, 2019 at 1:00pm, Eastern Standard Time and reference number 75N95019Q00327. Responses may be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist at jessica.adams@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a89fe78f10deb781c4d252380add15c)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN05432865-W 20190907/190905231225-2a89fe78f10deb781c4d252380add15c (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 |