SOLICITATION NOTICE
A -- BIOINFORMATICS SUPPORT FOR THE NATIONAL INSTITUTE OF ENVIRONMENTAL HEALTH SCIENCES (NIEHS) IN THE DIVISION OF INTRAMURAL RESEARCH (DIR) and THE NATIONAL TOXICOLOGY PROGRAM (NTP)
- Notice Date
- 5/16/2022 8:14:24 AM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NATIONAL INSTITUTE OF HEALTH NIEHS MORRISVILLE NC 27560 USA
- ZIP Code
- 27560
- Solicitation Number
- 75N96022R00001
- Archive Date
- 06/21/2022
- Point of Contact
- Wanda M. Holliday, Julie Bardo
- E-Mail Address
-
hollida1@niehs.nih.gov, julie.bardo@nih.gov
(hollida1@niehs.nih.gov, julie.bardo@nih.gov)
- Description
- This notice announces the intended release of solicitation number 75N96022R00001. The mission of the NIEHS is to reduce the burden of human illness and disability by understanding how the environment influences the development and progression of human disease. In-house research at NIEHS is conducted by investigators in the Division of Intramural Research (DIR) and the Division of the National Toxicology Program (DNTP). A goal of this research is to provide experimental and large-scale biological data that includes biological and technological advances in molecular and computational biology. The National Institute of Environmental Health Sciences (NIEHS) intends to negotiate and award a contract to provide bioinformatics analysis support for the studies conducted at NIEHS. The NIEHS seeks a qualified contractor to provide bioinformatics support for a variety of disciplines under the contract, including, but not limited to: toxicology, genomics, structural chemistry, high throughput screening, data and text mining, high content image analysis, and downloading and use of large public data sources.� A summary list of tasks to be performed under the contract is provided below: Summary List of Tasks Data analysis support for genomic & epigenomic sequencing data Transcriptomics & Toxicogenomics support High throughput transcriptomics� Biostatistical, Computational and Informatic Methods Cheminformatics support for HTS data analysis and integration Informatics & Information mining, Data Extraction Image Analysis & Pattern Recognition Support for Study Designs Computational Support Publication & Meeting Presentation Support MANDATORY QUALIFICATION CRITERIA Mandatory qualification criteria will apply to this requirement. �The qualification criteria establish conditions that must be met at the time of receipt of Final Proposal Revisions (FPRs) by the Contracting Officer in order for the proposal to be considered any further for award.� The following Mandatory Qualification Criteria apply to this requirement: Mandatory Criteria #1 - Response Time Normal business hours of operation are 9:00 AM to 5:00 PM, Eastern Time, Monday � Friday, excluding Federal holidays.� In order to meet agency needs, frequent (near daily) personal interaction and discussion between the contractor and NIEHS researchers (including the Contracting Officer�s Representative - COR) will be necessary.� The Government will require that the successful offeror be able to demonstrate the ability to meet this need by providing a response time of one hour within normal business hours of operation.� Organizations submitting proposals will be required to document the ability to meet the response time by demonstrating that contractor staff will be available during business hours; will have access to adequate internet services to allow for appropriate data processing speeds and full face-to-face participation in virtual meetings; will have appropriate cellular connectivity when required; and will have the ability to obtain NIEHS badges in order to access government data via the internet. Mandatory Criteria #2 - Conformance to Section 508 Standards Electronic reports and software are anticipated to be included in the deliverables of the resultant contract. Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220) will apply to this procurement. Products, platforms, and services delivered as part of this work statement that are identified as Information and Communication Technology (ICT), or contain ICT, must conform to the Revised 508 Standards, which are located at 36 C.F.R. � 1194.1 & Apps. A, C & D, and available at: � https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards- and-guidelines Organizations submitting proposals will be required to demonstrate compliance with the established ICT accessibility standards by preparing an HHS Section 508 Product Assessment Template. NOTE: Draft reports do not need to be Section 508 compliant. OTHER IMPORTANT CONSIDERATIONS Key Personnel�The principal investigator (PI), lead bioinformatician, and lead biostatistician are considered key personnel and shall be employees of the contractor. The PI shall manage all aspects of the contract, shall serve as the primary contact for communications with program staff and shall serve as an active participant in task performance with expertise in one or more of the disciplines involved in the conduct of bioinformatics support.� Contract Type and Contractor�s Accounting System�It is anticipated that the resultant contract will be a cost reimbursement type contract.� Therefore, to be considered for an award under the resultant solicitation, the offeror�s accounting system and practices must be adequate and suitable for accumulating costs under government contracts.� Offerors will be required to provide evidence of the accounting system being adequate and the proposal shall include a certification that the offeror�s accounting system meets all of the specifications outlined in the solicitation for an adequate accounting system, in accordance with FAR 16.301-3, 16.403-1, and in compliance with FAR Part 31. NOTICE TO OFFERORS The solicitation is anticipated to result in one award to an offeror capable of performing all aspects of the work described in the SOW.� This contract is expected to consist of a one-year base period with�six one-year options, as well as an option for an additional level of effort each year. It is anticipated that one cost reimbursement type award will be made with an anticipated award date of September 2023.� The proposed contract will be issued using full and open competition. The North American Industry Classification System (NAICS) code for this procurement is 541990 with a corresponding size standard of 500 employees. The Government intends to make an award using the procedures for competitive negotiated acquisitions as authorized in FAR Part 15. This is a presolicitation notice. This is NOT a solicitation. A solicitation may or not be issued. The estimated issue date of the solicitation is 15 days from the date of this notice but no later than June 15, 2022. Proposals will be due on or about�45 days after the solicitation release date. The solicitation will be posted on the beta.SAM website. Interested firms who are unable to access the solicitation via the beta.SAM website may request an electronic copy of the solicitation from Wanda Holliday at: hollida1@niehs.nih.gov. Proposals must be submitted through the NIH electronic Contract Proposal Submission (eCPS) system. Detailed submission instructions will be provided upon issuance of the solicitation. �All questions regarding this acquisition shall be submitted in writing via email to: hollida1@niehs.nih.gov. Please reference the solicitation number RFP#75N96022R00001 and project title on your written request. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81c3c42d40664401ac7885f2727d1e85/view)
- Place of Performance
- Address: Durham, NC 27709, USA
- Zip Code: 27709
- Country: USA
- Record
- SN06327889-F 20220518/220516230059 (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 |