SOLICITATION NOTICE
Q -- Total RNA-sequencing for HANDLS participants: Cohort 2
- Notice Date
- 8/24/2022 10:51:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA-RFP-75N95022R00074
- Response Due
- 8/31/2022 1:00:00 PM
- Archive Date
- 09/15/2022
- Point of Contact
- ERIC MCKAY, Phone: 3014802406
- E-Mail Address
-
eric.mckay@nih.gov
(eric.mckay@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 HHS-NIH-NIDA-RFP-75N95022R00074 and the solicitation is issued as a request for proposal (RFP). 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 Johns Hopkins University, 3400 N. Charles Street, Baltimore MD 21218 for total RNA sequencing for HANDLS participants. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). � (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 is 541380 and the small business size standard is $16.5 million. This requirement is being solicited from one source with no small business set-aside restrictions. (v) This requirement is for the following services: HANDLS investigators require RNA isolation and total RNA-sequencing data on 192 study participants. The contractor shall isolate total RNA from peripheral blood mononuclear cells (PBMCs) provided by the Government. The contractor shall take the necessary volume from the PBMCs required for total RNA isolation and return any leftover PBMCs to the Government. The contractor shall confirm RNA quantity and quality. The contractor shall contact the Government if any sample(s) fails to pass these quality checks and discuss how the Government would like to proceed. The contractor shall prepare ribosomal RNA (rRNA) depleted sequencing libraries for all samples. The contractor shall sequence the libraries at a target read depth of 50 million reads per sample, but no less than 40 million reads per sample, using 2�150 base pair runs. Higher read depths are preferred. The contractor shall perform initial quality control checks on the resulting raw sequencing data and confirm the sequencing run passes industry-established standards. The contractor shall provide written summaries and documentation of the methods used to perform the total RNA-sequencing pipeline. The contractor shall supply the total RNA-sequencing data in a mutually acceptable electronic format that preserves study participants� confidentiality. Following data delivery and upon request by the Government, the contractor shall participate in Government laboratory staff meetings to provide technical consultations as needed. �GOVERNMENT RESPONSIBILITIES The Government will provide the deidentified human PBMC samples to the contractor for total RNA isolation, quality control metrics, library preparation, and sequencing. DELIVERY OR DELIVERABLES The contractor shall provide the following deliverables: Isolated RNA from the PBMC samples. A report on the concentration of all RNA samples. A report on the RNA sample integrity and purity. A summary report outlining any problems from sample quality control metrics. Ribosomal RNA-depleted sequencing libraries for all samples. Electronic sequencing data in a mutually agreed upon device that shall contain the raw sequencing data in the .FASTQ file format. These electronic data files will be securely transferred to a portable disk drive and delivered to the Government at the NIH Biomedical Research Center. Return any leftover PBMC samples on dry ice by overnight shipping to the Government at the Biomedical Research Center. Upon the Government�s request, written summaries and documentation of all methods and parameters used to perform the total RNA-sequencing pipeline. Upon the Government�s request, attend staff meetings and provide technical consultations as needed. (vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is for twelve (12) months after the receipt of the order. � (vii) 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 Invoice and Payment Provisions (Feb 2021) (viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.� (a) 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 of the services offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 13.106-2(b)(3)) Technical and past performance, when combined, are significantly more important than cost or price (b) 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. (ix) 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. (x) 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. (xi)�There are no additional contract requirement(s) or terms and conditions applicable to this acquisition (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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 ability to perform the services. The price proposal must include a description of services being performed, unit price per service, 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 proposals must be received by 4:00 p.m., Eastern Standard Time, on August 31, 2022 and reference Solicitation Number HHS-NIH-NIDA-RFP-75N95022R00074. Responses must be submitted electronically to Eric McKay, Contracting Officer at eric.mckay@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ae423fd99b74cd4b60d8605cae4c36c/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN06438569-F 20220826/220824230117 (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 |