SOLICITATION NOTICE
Q -- Whole Genome Sequencing
- Notice Date
- 7/14/2022 2:21:08 PM
- 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
- NIAIDRFQ222118375
- Response Due
- 7/19/2022 8:00:00 AM
- Archive Date
- 08/03/2022
- Point of Contact
- Marvin Barnett, Phone: 3017617833, Jillian Marconi, Phone: 3017617093
- E-Mail Address
-
marvin.barnett@nih.gov, jillian.marconi@nih.gov
(marvin.barnett@nih.gov, jillian.marconi@nih.gov)
- Description
- Genomics services for the NIAID Centralized Sequencing Program NIAID�RFQ�22�2118375 NAICS � 541380 � Testing Laboratories PSC � Q301 � Medical- Laboratory Testing This notice is a combined synopsis/solicitation Request for Quotation (NIAID�RFQ�22�2118375) for commercial items prepared in accordance with the format in�Far Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2022-06 May 26, 2022. This acquisition will be awarded under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services and is not a total small business set-aside.� Only one award will be made as a result of this solicitation.� This will be awarded as a firm-fixed price type of purchase order, with a NAICS code of 541380 with the size standard of $16.5M. This combined synopsis/solicitation is to purchase whole genome sequencing.� Please reference the attached Statement of Work (SOW) and Bill of Materials (BOM) for detailed specifications and requirements. �As part of your quote, you are to fill out the Excel Sheet entitled �BOM � Whole Genome Sequencing� with the Unit Prices for the Base Year and Option Years in columns D, G, J, and M.� The spreadsheet is formulated so total prices will populate based on the foregoing that you input.� � Delivery/Performance Period The estimated delivery or performance period requirements will partially depend on when and how fast the NIAID laboratories can send items to the vendors for whole genome testing.� The standard genome testing will require results to be returned within six (6) weeks.� The rapid genome testing will require results to be returned within three (3) weeks. Period of Performance: The total period of performance for this requirement is July 23, 2022 � July 22, 2023, for the base year, and an overall period of performance from July 23, 2022 � July 22, 2026, if all one-year options are exercised. See breakdown below and attachment for more information. Period of Performance Table: Base/Options Period of Performance Base Year: July 23, 2022 � July 22, 2023 Option Year 1: July 23, 2023 � July 22, 2024 Option Year 2: July 23, 2024 � July 22, 2025 Option Year 3: July 23, 2025 � July 22, 2026 Totals July 23, 2022 � July 22, 2026 Place of Performance Delivery to Rockville, Maryland 20852 with delivery from date of award and acceptance.� FOB: Destination Instructions � All interested offerors shall provide a quote for the requirement as outlined in the Statement of Work (SOW) including options. �The Government may evaluate only those quotes that fully meet the SOW requirements and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror�s response being considered non-responsive and will therefore be eliminated from further consideration and award. � Option Provision Unless the Government exercises its option pursuant to the Option Clause(s) set forth below under FAR Clauses, the purchase order will consist only of the Base Period of the SOW. Pursuant to FAR Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item/FAR Clause 52.217-8, Option to Extend Services/FAR Clause 52.217-9, and Option to Extend the Term of the Contract set forth in this purchase order, the Government may, by unilateral purchase order modification, require the Contractor to perform additional options set forth in the Statement of Work. If the Government exercises this option, notice must be given at least 60 days prior to the expiration date of this purchase order, and the price of the purchase order will be increased as set forth in the purchase order. Evaluation The Government intends to award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, will be the best value to the Government, price and other factors considered. �NIAID will make a best value decision based on the capability of each offeror�s quote to provide all requested products as specified in the SOW, provide the proposed products by the delivery date, past performance, and price.� In the event quotes are evaluated as equal in non-price factors, price will become a major consideration in selecting the successful Offeror. Questions If you have questions regarding this requirement, please submit inquires immediately, but no later than July 15, 2022 5:00PM EST, via email to the Contract Specialist, Marvin Barnett at marvin.barnett@nih.gov and to the Contracting Officer, Jillian Marconi at Jillian.Marconi@nih.gov. Special Notice to Offerors Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. �The exclusive responsibility for source selection will reside with the Government. �By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. FAR Provisions and Clauses: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 this/these address(es): https://www.acquisition .gov/ FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial for Government Entity Code Reporting (Aug 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) FAR52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Nov 2021) FAR Part 52.212-3 Offeror Representations and Certifications - Commercial Products and Commercial Services FAR 52.217-5�Evaluation of Options (July 1999) FAR 52.229-11 Tax on Certain Foreign Procurements � Notice and Representation (Jun 2020) FAR 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/these address(es): https://www.acquisition .gov/ FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services (Nov 2021) FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2022) FAR 52.217-6�Option for Increased Quantity (Mar 1989) FAR 52.217-8�Option to Extend Services (Nov 1999) FAR 52.217-9�Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) By reference the Department Health and Human Services Regulation (HHSAR): This purchase order incorporates the following 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 as follows: HHSAR Clauses at: http:// www.hhs.gov/policies/hhsar/subpart352.html. HHSAR 352.203-70 Anti-lobbying (Dec 2015) HHSAR 352.208-70 Printing and Duplication (Dec 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) � Additional FAR Purchase Order Provisions and Clauses Included in Full Text The following additional FAR provisions and clauses are applicable to this requirement and provided in full text as an attachment. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2022). All responsible sources who can provide the requested whole genome sequencing may submit a response that will be considered by email (subject line to reference: NIAID�RFQ�22�2118375) to Marvin Barnett, Contract Specialist, at Marvin.Barnett@nih.gov and Jillian Marconi, Contracting Officer, Jillian.Marconi@nih.gov, by 11:00AM EST on Tuesday, July 19, 2022. �All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above described herein.� By submission of an offer, the Offeror confirms 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 purchase order, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Note: Lack of registration in SAM will make an Offeror ineligible for award.� Any quotation received by NIAID after this date and exact time specified is late and will not be considered.� Invoice Instructions NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP). �The Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official, as directed below until the Contractor has been notified of its transition to IPP. The Contractor must follow step-by-step instructions as stated in the NIH/OFM Electronic Invoicing Instructions for NIH Contractors/Vendors, which is included as an attachment on the website at https://oamp.od.nih.gov/DGS/DGS-workform- information/attachment-files. �The invoice shall be transmitted as an attachment via email to the address listed above in one of the following formats: Word, or Adobe Portable Document Format (PDF). �The Contractor must submit only one invoice per email. �Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your invoice unless specified elsewhere in the contract or requested by the Contracting Officer. List of Attachments � Statement of Work Bill of Materials
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/75765340c2db4d4bb63317ad0f479eeb/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN06388857-F 20220716/220714230120 (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 |