Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOLICITATION NOTICE

R -- Gene Sequencing and Profiling of Sample Tissue

Notice Date
4/18/2023 2:24:33 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023P00218
 
Response Due
5/8/2023 2:00:00 PM
 
Archive Date
05/09/2023
 
Point of Contact
Diedra Prophet
 
E-Mail Address
diedra.prophet@nih.gov
(diedra.prophet@nih.gov)
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute of Mental Health (NIMH) intends to negotiate on a sole source basis with John Hopkins University for gene sequencing. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541990 � All Other Professional, Scientific, and Technical Services with a Size Standard of $19.5 million. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) Number 2023-02, dated February 14, 2023. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The purpose of this requirement is to provide the National Institute of Mental Health (NIMH),� Laboratory on Neurobiology of Compulsive Behaviors with services for identifying the unique� differences in gene expression in the brain of mice that drink alcohol under different conditions. Gene sequencing using NovaSeq S4 200 and Quantitative Count using Polymerase Chain Reaction for the� extracted tissue from mouse striatum and cortex. Platform requested is 10X to be done in 3�cDNA� libraries. Sequencing data to be provided back to investigators for further analysis. Salient characteristics include: 1. Gene sequencing using NovaSeq S4 200 2. Target 66,666 reads per nucleus across 2 NovaSeq S4s for 7,000 cells. 3. The Contractor is required to return the samples Two months from when samples are received 4. The Contractor shall also identify any problems that have arisen and report to COR as soon as�possible. 5. Independently and not as an agent of the Government, the Contractor shall furnish all the�necessary services, qualified personnel, material, equipment, and facilities, not otherwise�provided by the Government as needed to perform according to the provided Statement of Work. Anticipated Period of Performance Start Date: 60 Days (ARO) Delivery or Deliverables. The contractor shall deliver within thirty (60) days after receipt of the�order (ARO). Sequence data for each provided sample will be given to the investigators via delivery�method Globus for further analysis. GOVERNMENT RESPONSIBILITIES Animal testing was carried out in the laboratory of Dr. Alvarez and tissue samples from the brain�were extracted. mRNA extraction of the tissue samples was performed in collaboration with Dr.�Myriam Heiman�s laboratory at MIT, Boston. Samples will be shipped to the Core for sequencing. TRAVEL Not Applicable KEY PERSONNEL Not Applicable REPORTING REQUIREMENTS The Contractor is required to return the samples Two months from when samples are received. The�Contractor' shall also identify any problems that have arisen and report to COR as soon as possible. DATA RIGHTS The NIMH shall have unlimited rights to, and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of �unlimited rights� is contained in Federal Acquisition Regulation (FAR) 27.401, �Definitions.� FAR clause 52.227-14, �Rights in Data-General,� is hereby incorporated by reference and made a part of this contract/order. INFORMATION SECURITY PLAN The contractor has no access to a federal information system. CONFIDENTIALITY OF INFORMATION The government will not provide to the contractor any proprietary information or data pertaining to an institution or organization which is confidential. Whenever the contractor is uncertain with regard to the confidentiality of or a property interest in information under this contract, the contractor should consult with the Contracting Officer prior to any release, disclosure, dissemination, or publication. PUBLICATIONS AND PUBLICITY NOT APPLICABLE CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Children�s National Medical Center is the only vendor in the marketplace that can provide the services required by the Section on Developmental Neurogenomics . The intended source is: Johns Hopkins School of Medicine JHMI) Single Cell & Transcriptomics Core 733 North Broadway, MRB 359 Baltimore, MD, 21205 The essential characteristics of the single cell sequencing serve provided by the Single Cell and�Transcriptomics core at JHMI that limit the availability to a sole source is their experience in�these integrated services that include sample preparation and analysis. NIMH has worked with JHMI�in past so the result of this service can be compared to the past results NIMH received from them.� The Single Cell & Transcriptomics Core is a sequencing service run by the Hopkin University and is�being requested as sole source because this same core was used to sequence previous samples from�other alcohol- drinking and water-drinking mice. The previous samples will be pooled with the�current samples in the final analysis to be published. Thus, for consistency purpose, it is� imperative that samples are run by the same core and machines. The consistency in the equipment�used in the new service will allow NIMH to compare with past service results. CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to�this notice is solely within the discretion of the Government. All responsible sources may submit a�capability statement, proposal, or quotation which shall be considered by the agency. The�information received will normally be considered solely for the purposes of determining whether to� proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties'�bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping�and handling costs, the delivery period after contract award, the prompt payment discount terms,�the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer� Identification Number (TIN), and the certification of business size. All offerors must have an�active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference�the solicitation number, 75N95023P00218. Responses must be submitted electronically to Diedra S. Prophet, Contract Specialist, at�diedra.prophet@nih.gov. U.S. Mail and fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/af754300518146d7b380d36f9ab0677a/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06654066-F 20230420/230418230121 (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.