Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

A -- Genotyping - Shallow WGS Services

Notice Date
5/25/2023 12:17:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E23Q0141
 
Response Due
6/2/2023 8:59:00 AM
 
Archive Date
08/01/2023
 
Point of Contact
Ms. Millicent Covert, Contracting Officer, Phone: (Calls will not be taken)
 
E-Mail Address
millicent.covert@va.gov
(millicent.covert@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This is a Request for Quote (RFQ) and the solicitation number is 36C24E23Q0141. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as Full and Open Competition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. CONTRACT DESCRIPTION AND REQUIREMENTS The James J. Peters VA Medical Center (Bronx) has a requirement for a contractor to provide next generation sequencing (NGS) technology services to perform shallow whole genome sequencing (WGS) for genotyping. All work shall be completed in accordance with the Statement of Work (SOW). included within this solicitation. A firm-fixed price contract will be awarded for the purchase of services in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. The anticipated Period of Performance will be 120 days from date of contract award. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required services. Service Contract Act Wage Determination No. 2015-2453, Revision No. 4, dated 12/30/2016, applies to this acquisition and will be incorporated into the resulting contract. A copy of the Wage Determination is included with this solicitation as Attachment 1. Any award resulting from this solicitation will be issued on a Standard Form 1449. The government reserves the right to award without discussions. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Regional Procurement Office (RPO) East Research and Development Contracting Division. Questions may be sent via email to Ms. Millicent Covert at millicent.covert@va.gov. No questions will be answered after Tuesday, May 30, 2023. PRICING Offerors are requested to quote Firm Fixed Price for all line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 8 to this solicitation. Please enclose the established price list and description of capabilities and product specifications for the requirement. The Offeror shall submit a separate price sheet for services required to include service/procedure Name, Stock/Part # (if applicable), Unit of Issue and Price. If applicable, services offered on GSA schedule shall be identified and referenced against the contract number for each item. REQUIRED SERVICES Human Whole Genome Sequencing (WGS) The Contractor shall have appropriate instrumentation and staffed with qualified personnel. The following requirements shall be fulfilled: Perform quality control of genomics DNA samples after delivery. Generate DNA sequencing libraries. Perform 2x150bp WGS. Deliver data (FASTQ files) to VA via hard drive or via secure URL. Personnel Qualifications: 1. Contractor shall have personnel with a proven track record of providing next generation sequencing (NGS) services. 2. Personnel must be experienced in handling DNA samples and NGS. 3. Director: Must have 5 - 10 years experience in managing similar NGS programs/facilities. Advanced degree (PhD, MS) in relevant fields (e.g., biology, bioinformatics) is desirable. 4. Administrative Contact: Must have a minimum of 3 years experience in administering programs of a similar scope. STATEMENT OF WORK GENERAL INFORMATION Background: The VA-funded research awarded to JJPVAMC aims to characterize the role of the immune cells in the brain, called microglia, in pathophysiology of major depressive disorder (MDD). The studies necessitate employing next generation sequencing (NGS) technology in order to perform shallow whole genome sequencing (WGS) for genotyping. Scope of Work: The work involves construction of DNA sequencing libraries and NGS using 150 base pairs paired-end sequencing method (2x150). Genomic DNA from 180 subjects should be processed. Period of Performance: The period of performance (POP) shall be about 4 months. Type of Contract: Firm Fixed Price Place of Performance: At the Contractor s facility. Satisfactory sites could be a specialized Genomic/Genetic company. GENERAL REQUIREMENTS The Contractor should have appropriate instrumentation and staffed with qualified personnel. The following requirements should be fulfilled: The Contractor should be able to generate DNA sequencing libraries from genomic DNA. The Contractor should be able to perform 2x150bp WGS. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Task 1: Select personnel for communication Deliverable 1: Identify a manager for communication with the VA and notify the VA COR that the designated person is in place. Task 2: Perform QC of the samples, following the delivery of genomic DNA Deliverable 2: Perform QC of the DNA samples. Task 3: Perform library construction, NGS, and deliver FASTQ files to VA a. Deliverable 3: The contractor shall perform DNA library construction, NGS, and deliver FASTQ files to VA via hard drive or secure URL transfer. SECURITY 1. Storage and Access to Data The samples that are processed for the study will be obtained from the brain of deceased human subjects (autopsy samples). These human postmortem specimens are coded, identity stripped, and non-identifiable, and are not considered human subjects . Specifically, according to the Code of Federal Regulations [title 45, Protection of Human Subjects 46.101(b)], this category of research is exempt from the policy. The data (FASTQ files) will be transferred from the Contractor s server to the PI computer via a secure URL. Data Security As stated above, the data are obtained from human autopsy specimens, which are non-identifiable. There is no security risk in this study, therefore, Confidentiality Plan and Data Security Procedures are not applicable. E. SCHEDULE OF DELIVERABLES DELIVERABLE NUMBER ITEM QUANTITY DELIVERY DATE 1 Task 1: Select Personnel 1 report Within 2 weeks of contract award 2 Task 2: Perform QC of the samples, following the delivery of genomic DNA 1 report 1 month after DNA samples are delivered to the contactor 3 Task 3: Perform library construction, NGS, and deliver FASTQ files to VA 1 delivery Within 3 months after DNA samples are delivered to the contactor INSTRUCTIONS TO THE OFFEROR: Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in FAR 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors, below. Evaluations will be in accordance with FAR 13 Simplified procedures. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A comparative evaluation in accordance with FAR 13.106-2 (b) (3) will be conducted. Comparative evaluation will be made in accordance with the following criteria: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. Past performance information shall be obtained from any sources available to the Government to include, but not limited to, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. Factor 3 Price The evaluation of quotes and the determination shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. 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. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E23Q0141 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received NLT 11:59 AM EST, Friday, June 2, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/851003eba7324dea93551d948baca583/view)
 
Place of Performance
Address: Appropriate location of awardee
 
Record
SN06694227-F 20230527/230525230110 (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  © 1994-2020, Loren Data Corp.