SOLICITATION NOTICE
Q -- DNA methylation microarray processing services for the Baltimore Longitudinal Study of Aging (BLSA)
- Notice Date
- 6/11/2024 10:52:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00272
- Response Due
- 6/17/2024 8:00:00 AM
- Archive Date
- 07/02/2024
- Point of Contact
- Hashim Dasti, Phone: 3014028225
- E-Mail Address
-
hashim.dasti@nih.gov
(hashim.dasti@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 75N95024Q00272 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 UCLA Neuroscience Genomics Core, 695 Charles E. Young Drive S., Room 3506, Los Angeles, CA 90095-1761 for DNA methylation microarray processing services for the Baltimore Longitudinal Study of Aging (BLSA). The samples that will be processed under this acquisition are part of a larger study for which a substantial amount of data has already been collected: the planning for the first stage of this project began five years ago and over 1700 samples have been processed. Given the primary objective of the project is to compare change over time in the same study participants, an essential requirement is to minimize the introduction of technical variation to the greatest extent possible. 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. Pursuant to FAR Subpart 13.501(a)(1)(iii) the justification (excluding brand-name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05, with effective date May 22, 2024. (iv)������ The associated NAICS code is 621511 � Medical Laboratories and the small business size standard is $41.5M. This requirement is not set-aside for small-businesses. (v)������� This requirement is for the following services: DNA methylation microarray processing services for the Baltimore Longitudinal Study of Aging (BLSA) (vi)������ Epigenetic change has been proposed as a �hallmark� of aging and an element of the biological mechanisms underlying the aging process. DNA methylation is among the most commonly studied epigenetic mark and has been associated with aging phenotypes and age-related diseases in cross-sectional studies however longitudinal characterization of DNA methylation remains rare. Archived samples from the BLSA offer a unique opportunity to fully describe the trajectory of DNA methylation over time and across the life course as well as to relate change in DNA methylation to a broad range of aging phenotypes. To capture potential nonlinear change in DNA methylation this project will interrogate genome-wide DNA methylation using serial samples from a large number of BLSA participants collected over several follow-up visits. To address the large volume of samples as well as assure comparability of data essential to characterize longitudinal trajectories, the microarray processing services need to be identical to those provided by the previous contractor. The purpose of this requirement is to obtain laboratory and related analytic services for the continuation of a project evaluating aging related change over time in genome-wide methylation in archived DNA samples of the BLSA using DNA methylation microarrays. The Contractor shall perform genome-wide DNA methylation microarray assays for archived DNA samples from the BLSA. The Contractor shall provide all necessary microarrays, reagents, consumables and equipment. The investigators and study staff of the BLSA prefer use of the Illumina Infinium MethylationEPIC BeadChip for compatibility with existing DNA methylation data. The Contractor shall implement and document quality assurance and quality control procedures suitable to the specifics of the project. The Contractor shall complete bisulfite conversion and microarray processing for provided DNA samples and appropriate controls. The Contractor shall repeat assays where assay failure is due to a technical issue other than DNA sample quantity or quality as appropriate. Level of Effort: The Contractor shall provide a team comprised of a senior researcher and/or technical researcher and laboratory staff sufficient to complete the assays and appropriate quality control analyses. Government Responsibilities: The Government shall provide adequate quantities of de-identified BLSA DNA samples to the Contractor and associated data necessary for quality control analyses, such as sex. Project related samples and data will be provided to the Contractor for performance of work efforts only.� All samples and data provided to the Contractor must be treated as confidential and not be shared or disclosed to any third party. Delivery or Deliverables: The Contractor shall provide the raw files generated by the microarray scanner software with one file per assay and spreadsheets or database files with relevant quality control metrics (including experimental batches, specimen usage, assay success/failure rates, normalization processes), as well as an electronic copy of a report summarizing the laboratory methods and technical specifications used. All files are to be delivered within 364 calendar days of receipt of the samples by the Contractor. Reporting Requirements: The Contractor shall submit via e-mail a progress report every six (6) months during the contract period of performance or a final report if the project is completed in a shorter period. The report shall include tasks completed since submission of the last progress report and a list of tasks to be completed, inclusive of timeframe. This report shall also describe any problems that arose and state the resolution or provide an explanation if a solution was not identified. Key Personnel: The key personnel requirements for the senior researcher or technical researcher are as follows: � A Masters or PhD in a laboratory or health science field. � Extensive experience in high throughput laboratory methods. � Expertise in quality control, preprocessing, and analytic methods related to genome-wide DNA methylation microarrays. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is: Base Period: July 1, 2024 . June 30, 2025 (2,240 samples) Option Period 1: July 1, 2025 . June 30, 2026 (96 samples) � (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 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024) 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 Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 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 below 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 Products and Commercial Services (Feb 2024) FAR 52.222-52�Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014). NIH Invoice and Payment Provisions (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. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. (x)������� Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2024), 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)������ 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 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 June 17, 2024, and reference Solicitation Number 75N95024Q00272. Responses must 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/781ede155ef646f59b8e09a9589de404/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN07093007-F 20240613/240611230126 (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 |