Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

B -- Single Cell RNA (scRNA) Deep Sequencing

Notice Date
9/16/2020 7:42:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-75N95020Q00217
 
Response Due
9/22/2020 7:00:00 AM
 
Archive Date
10/07/2020
 
Point of Contact
Diedra Prophet, Karen Mahon
 
E-Mail Address
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
 
Description
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. The solicitation number is HHS-NIH-NIDA-75N95020Q00217 and the solicitation is issued as a request for quotes. 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; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to John Hopkins John Hopkins Medical Institution (JHMI) Microarray Facility, 733 North Broadway, MRB 369, Baltimore, MD 21205 for single cell deep sequencing of RNA samples. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-08, with effective date August 13, 2020. The associated NAICS code is 621511 and the small business size standard is $35 Million. This requirement will be solicited as sole source, with no set-aside restrictions. The purpose of this acquisition is to contract deep sequencing of single cell RNA samples of human peripheral blood mononuclear cells (PBMC) of healthy volunteers for an ongoing project (GESTALT). Deep sequencing will be carried out to measure gene expression changes with age. The National Institute on Aging (NIA) will make the scRNA library on the 10x genomics system. The libraries will be provided to the contractor facility for sequencing. The contractor shall sequence the libraries provided by the government to obtain 500 million reads per sample (10,000 cells per sample) on Illumina Novaseq machine using S2 flow cells for a total of 4.1 billion 2X100bp reads. Specific requirements to meet the governments needs include: 500 million reads per 10,000 cells per sample 2x100 cycle sequencing. llumina S2 flow cell Novaseq sequencer Delivery / Deliverables: The contractor shall provide NIA with the FASTQ files, eFiles, and on external hard disk. See attached Statement of Work.� � � � � � � � � � � � � � � � � � � � � � � � � � �� The Government anticipates award of a firm fixed price purchase order for this acquisition, and the anticipated period of performance is 12 months. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.227-14, Rights in Data � General (May 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2020) Interim NIH Invoice and Payment Provisions (Apr 2020) Standard NIH Invoice and Payment Provisions (Feb 2014) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition 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 capability offered to meet the Government requirement, including the ability to identify effective treatments for Alzheimer�s disease (AD), (ii) past performance [see FAR 13.106-2(b)(3)]., and (iii) price. Technical and past performance, when combined, are significantly more important than price. 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. Offerors shall include a completed copy of the following provisions with their offer: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26�Covered Telecommunications Equipment or Services-Representation (Dec�2019) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2020) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation 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 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 offers must be received by Tuesday, September 22, 2020, at 10:00 am Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-75N95020Q00217. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov. Fax responses will not be accepted. The name and email address of the individuals to contact for information regarding the solicitation: Diedra Prophet,�Contract Specialist,�diedra.prophet@nih.gov � �Karen Mahon,�Contracting Officer,�Karen.Mahon@nih.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/884ee9a13ab9475dbf3ea984fb8277f1/view)
 
Place of Performance
Address: MD 21205, USA
Zip Code: 21205
Country: USA
 
Record
SN05799335-F 20200918/200916230158 (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.