Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

Q -- Infinium CoreExome array/research SNP array

Notice Date
9/10/2020 7:26:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-2034174
 
Response Due
9/20/2020 8:00:00 AM
 
Archive Date
10/05/2020
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
 
E-Mail Address
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-C-2034174 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 August 31, 2020.� The North American Industry Classification System (NAICS) code for this procurement is 541380, Testing Laboratories, with a small business size standard of $15 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Infinium CoreExome array/research SNP array QTY: 350 WORK INCLUDES:� 1)�� �BACKGROUND INFORMATION The National Institute of Allergy and Infectious Disease (NIAID) Division of Intramural Research (DIR) scientists study all aspects of infectious diseases, including the causative agent, vectors, and pathogenesis in human and animal hosts. Clinical research is an integral part of this mission, enabling key lab discoveries to be rapidly translated into methods to prevent, diagnose, or treat disease. DIR researchers annually conduct more than 200 clinical trials at the NIH Clinical Center on the Bethesda, Maryland, campus and at collaborating U.S. and international sites.� In support of clinical research, the NIAID Centralized Sequencing Initiative is comprehensive program that obtains genetic testing, harmonizes phenotypic and genomic data, performs variant interpretation, and provides clinically-validated results for patients enrolled in a diverse set of protocols at the NIH Clinical Center. The goal of the NIAID Centralized Sequencing Initiative is both to contribute to the understanding of underlying genetic etiology of disease and to address the clinical need for genomic evaluations. 2)�� �PURPOSE AND OBJECTIVES OF THE ACQUISITION The purpose of this acquisition is to support the mission DIR to obtain genetic testing for the NIAID Centralized Sequencing Initiative. The centralized sequencing initiative will have direct implications for the care of NIH patients and for the discovery of disease mechanisms. The types of sequencing required for the initiative are; custom microarrays for Comparative Genomic Hybridization (CGH), SNP microarrays, whole Genome Sequencing (WGS) and RNAseq. Genome sequencing allows for discovery of monogenic and polygenic contributions to disease. Clinical microarrays will provide clinical analysis of copy number variants contributing to those diseases. This particular acquisition focuses on research genome-wide SNP arrays to enable the study of common variants. 3)�� �CONTRACTOR REQUIREMENTS: ��� �Research SNP array with genome-wide coverage of common variants (N = 350) o�� �Sample processing and microarray scanning o�� �Feature extraction: processing of raw image files o�� �QC of data including sample identity analysis, assessment of contamination, sex, and relationships with other samples o�� �Delivery of batch-specific and cumulative PLINK binary files and raw data files, e.g. GenomeStudio files� 4)�� �CONTRACTOR SUPPLIED MATERIALS The Contractor shall provide plates for shipping and all consumable reagents except those mentioned below. 5)�� �GOVERNMENT FURNISHED MATERIALS NIAID will supply patient samples. If genomic DNA samples are used, NIAID will deliver them in 96-well plates with tubes containing 2D barcodes. Exclusionary criteria: NIAID will not be able to affix labels to individual tubes. 6)�� � REPORTING REQUIREMENTS AND DELIVERABLES Deliverable format: Delivery of batch-specific and cumulative PLINK binary files and raw data files, e.g. GenomeStudio files within 6 weeks. Inclusion of QC metrics for data including sample identity analysis, assessment of contamination, sex, and relationships with other samples. Transfer to occur via cloud-based platform that meets security requirements for transfer to NIH/NIAID servers. 7)�� �INSPECTION AND ACCEPTANCE All deliverables will be inspected by the project manager, an employee of the Division of Intramural Research. Acceptance will occur when results are successfully transferred to NIH per the specifications and format outline in the requirements above. Place of Performance: NIH, Clinical Center, BUILDING 10 �Bethesda, MD 20852, United States. FOB �DESTINATION The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. �The award will be based on the following; technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (AUG 2020) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24� AND returned with quote. (NO EXCEPTIONS)� The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (AUG 2020) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: �http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than September �20, 2020 @ 9:00 AM MST Offers may be e-mailed to Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-C-2034174). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)� All responsible sources may submit an offer that will be considered by this Agency. � Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman, diana.rohlman@nih.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a41a91156584f8d9faac3d1967377b6/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN05793064-F 20200912/200910230147 (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.