Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2020 SAM #6784
SOLICITATION NOTICE

Q -- Sample Processing and DNA Sequencing Services

Notice Date
6/24/2020 7:14:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-144
 
Response Due
7/8/2020 6:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
TINA ROBINSON
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation number is NICHD-20-144 and is issued as a Request for Quotation (RFQ).� The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-06.� The North American Industry Classification (NAICS) Code is 541380 and the business size standard is $16.5m.� However, this solicitation is not set aside for small business.� This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.� Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with University of Michigan Advanced Genomics Core - North Campus Research Complex - Ann Arbor, MI 48109 to provide the following services: Sample processing and DNA sequencing services from the University of Michigan Advanced Genomics Core. Specifically, Michigan will provide DNA library preparation, DNA quality control, and metagenomic (shotgun / whole genome) sequencing of 2000 vaginal swab samples at a depth of 20M 150 base paired end reads/sample. Prior to sequencing, the quality of sample DNA extracts and of generated DNA libraries will be assessed (i.e. DNA quality control).� Genomic DNA samples will be QC'd. �If quality is sufficient, DNA libraries will be prepared and sequencing will be performed at Paired-End 150 bp on the Illumina NovaSeq6000, targeting an average of 20 million reads/sample. QC reports for sequencing quality and per sample yield provided. The file deliverable is a demultiplexed FASTQ containing the PF reads. Service/Quantity: DNA QC � ���� ����������� ����������� Unit: per sample - ����� Quantity 2000 DNA Library (96 Samples) � Unit: per sample - ����� Quantity 2000 NovaSeq(S4) 300 cycle ������� Unit: per flow cell -��� Quantity 4 The request is a component of a project that has recently expanded in scope. The original samples were processed and sequenced at the University of Michigan Advanced Genomics Core. As all samples included in the expanded study must be compared directly with one another, and as the Genomics Core used for sequencing greatly influences the structure of the sequence data obtained (i.e. batch effects), the new samples to be included in the study must also be processed and sequenced at the University of Michigan Advanced Genomics Core. The lab has determined that 20M 150 bp paired-end reads/sample is necessary for complete characterization of vaginal microbiomes at the strain level � this volume of sequences can be most efficiently and effectively obtained using an Illumina NovaSeq 6000 instrument, which the Advanced Genomics Core has. �The lab has used the shotgun metagenomic sequencing services of the University of Michigan Advanced Genomics Core for the preliminary phases of this project and previously on an entirely separate project. ����������������������������������������������������������������������������������������������� ����������� ����������������������������������������������������������� The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302.� The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer.� The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items ; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition.� The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size.� The clauses are available in full text at http://www.acquisition.gov/far/.� Interested vendors capable of furnishing the government with the services specified in this synopsis should submit a copy of their quotation to the following email address robinsti@mail.nih.gov.� Offers must also be accompanied by descriptive literature, delivery/turnaround timeframe, warranties and other information that demonstrates that the offer meets all the foregoing requirements.� Quotations will be due fifteen calendar days from the publication date of this synopsis or by July 8, 2020 by 9:00am EST. via email to robinsti@mail.nih.gov. The quotation must reference �Solicitation number� NICHD-20-144.� Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-144in the subject line of email. Faxed copies/responses will not be accepted. Note:� In order to receive an award, contractor must be registered and have valid all awards certification in the SAM database @www.sam.gov at the time of closing of this RFQ.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1804ebf02bf04a4aaf70baac660d66bf/view)
 
Place of Performance
Address: Ann Arbor, MI 48109, USA
Zip Code: 48109
Country: USA
 
Record
SN05701303-F 20200626/200624230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.