SOLICITATION NOTICE
Q -- Whole Genome Sequencing Services
- Notice Date
- 8/19/2022 1:30:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00536
- Response Due
- 9/2/2022 8:00:00 AM
- Archive Date
- 09/17/2022
- Point of Contact
- Hashim Dasti, Phone: 3014025139, Karen Mahon, Phone: 3014357479
- E-Mail Address
-
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@nih.gov)
- Description
- �(i)������� 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. (ii)������� The solicitation number is� 75N95022Q00536 and the solicitation is issued as a request for quotation (RFQ). 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; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is 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 Psomagen, Inc., 1330 Piccard Dr., Suite 103, Rockville, MD 20850 for Whole Genome Sequencing Services. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-07, with effective date August 10, 2022. (iv)������ The associated NAICS code: 541380 - Testing Laboratories and the small business size standard is $16.5 million.� This requirement is not set-aside for small-businesses. (v)������� This requirement is for the following services: Whole genome sequencing of disease samples. Whole genome sequencing services are necessary for the NIA to be successful in completing their research project�s aims. (vi)������ The Center for Alzheimer�s Disease and Related Dementias is an ambitious program to genotype disease patients and controls around the world to further understand the genetic architecture of Alzheimer�s Disease and related dementias. There is still much to learn about genetic risk factors and the path to further understanding requires working collaboratively and openly sharing data, processes, and results. Whole genome sequencing of 1000 human samples, with 30x coverage for each sample. (Vendor will target 30x samples; max 100Gb will be generated in case 30X coverage unmet from sample nature). Prior to the sequencing runs, libraries will need to be constructed using Illumina�s TruSeq DNA PCR-Free Library preparation kit (350bp). Sequencing shall be performed using the latest Illumina NovaSeq6000 S4 (2x150bp) platform and other related instrumentation and software with 150bp paired-end sequencing method. Vendor shall provide FASTQ raw data to Google Cloud server. Vendor shall provide data 10 weeks after samples pass initial QC. QC processes to be completed by: quantification with picogreen method using Victor X2 fluorometry, qualification with Agilent genomic DNA screen tape. Samples with amount >1.0ug and DIN > 7.0 will shall pass sample QC and move forward to library prep process. GOVERNMENT RESPONSIBILITIES A minimum of 500ng of deidentified, purified gDNA will be submitted as the starting material to the vendor. DELIVERY OR DELIVERABLES� Vendor staff shall provide the assay results via reporting transfer thru email. Raw data in FASTQ format delivered via Google Cloud Server. REPORTING REQUIREMENTS � The vendor shall provide documentation regarding: Genomic DNA sequencing KEY PERSONNEL:� Vendor shall provide a dedicated project manager to the government as a contact point for the services. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is twelve (12) months ARO. (viii)���� 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 (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022) 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 (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. �HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) NIH Invoicing Instructions with IPP (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. Technical and past performance, when combined, are significantly more important than cost or price. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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 Unique Entity ID from SAM.gov, 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 quotations must be received by 11:00 A.M. Eastern, on September 2, 2022. and reference Solicitation Number 75N95022Q00536. Questions may be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6d06b2df9ab3495ca303991b16bcdb00/view)
- Record
- SN06434052-F 20220821/220819230110 (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 |