Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2013 FBO #4163
SOLICITATION NOTICE

65 -- Exome Sequencing Services using Illumina HiSeq 2000 and 2500 Sequencers

Notice Date
4/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HG)-2013-136-DLM
 
Archive Date
5/7/2013
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
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 NHLBI-CSB-(HG)-2013-136-DLM and the solicitation is being posted as a request for proposal (RFP). Offerors shall submit their proposals no later than 7:30 a.m. Eastern Standard Time (EST) on April 22, 2013. iii. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, April 1, 2013. iv. This requirement is set-aside for small business. The associated North American Industry Classification System (NAICS) code for this is 541711, Research and Development in Biotechnology, with a business size standard of 500 Employees. This acquisition is being conducted in accordance with the procedures of Simplified Acquisition Procedures (Simplified Acquisition Threshold of $150,000.00) as set forth in FAR Part 13. v. Contract Line Item Number 0001: Quantity: Fifty (50); The contractor will provide 50 DNA samples for Exome sequencing. Clinical grade quality sequencing data will be provided on a hard disk drive to the NIH Undiagnosed Diseases Program in Fastq and BAM forms within 8 weeks of submission. At least 75-fold coverage (Must use Illumina HiSeq 2000 and 2500); Enrichment will be performed using the Ilumina TruSeq Enrichment Kit. Contract Line Item Number 0002: Shipping and Handling. vi. Background: The National Human Genome Research Institute (NHGRI), Undiagnosed Disease Program (UDP) is a pilot program designed to address the needs of persons with debilitating medical conditions for which no diagnosis has been found despite an extensive workup. The goals of the UDP include finding accurate diagnoses and discovering new diseases that provide insight into human physiology and genetics. The UDP was established to evaluate participants who have undiagnosed medical conditions. UDP participants have generally received extensive diagnostic workups before traveling to the NIH and often have numerous and/or complex medical problems. The UDP program makes use of a diverse set of diagnostic and research techniques both to attempt to find a diagnosis and to generate research projects to advance medical knowledge. Purpose and Objectives : The purpose of this particular sequencing project is to perform clinical grade quality whole exome sequencing on patient and familial DNA using Illumina HiSeq 200 and 2500 Sequencer. All data must be produced using the same instrumentation and methodology that the UDP has used thus far in order to allow integration of this data with it current databases and analysis using in-house software programs. Contractor Requirements : The contractor must provide the following : • Exome sequencing of 50 purified genomic DNA samples from the NIH Undiagnosed Diseases Program, without the need for phenol/chloroform extraction; • Exome sequencing must be performed using the Illumina HiSeq 2000 or 2500 and related instrumentation and software; • Enrichment must be performed using the Illumina TruSeq Enrichment Kit; • Samples must be sequenced to a least 75-fold (75X) average sequencing coverage at the raw data level with 100 bp paired-end sequencing method; • Turnaround time must be 8 weeks or less including sample from the time of DNA shipment and a quality check will be done; • Raw data in the form of Fastq and BAM will be provided in a hard disk drive to the NIH UDP; • The contractor must pay for shipment of the samples to the sequencing laboratory; • The contractor must provide real time access to the status of the project, download reports and data immediately after they are available; • The contractor must provide managerial support for the project 24/7. ** The sequencing instrumentation parameters, chemistry, and report data format must remain consistent with the results previously obtained in order to perform WES filtering and analyses with SNP data using programs developed in-house and to allow for direct comparison. Government Responsibilities : a. The government will not furnish any government property to the vendor. b. The government will provide 50 purified genomic DNA samples to the vendor. c. The government will not furnish any facilities to be used by the vendor Reporting Requirements and Deliverables : a. The Government will receive real time access to the status of the project, download reports and data immediately after they are available. b. The Government will receive at least 75-fold average sequencing coverage at the raw data level with 100 bp paired-end sequencing method. c. The Government will receive raw sequencing data in the form of Fastq and BAM on a hard disk drive within 8 weeks of DNA submission. Inspection and Acceptance Requirements: 1. The Government will inspect Clinical grade quality sequencing data with 75-fold average coverage at the raw data level with 100bp paired-end sequencing method will be in the form of Fastq and BAM files located on a hard disk drive will be accepted from the Contractor. The Contractor shall be contacted via phone or email upon delivery, if any problems are discovered. 2. The Contractor shall provide Clinical grade quality sequencing data on a hard disk drive to the NIH Undiagnosed Diseases Program in Fastq and BAM forms within 8 weeks of submission. 3. A Government Official will inspect and accept requirements. vii. NIH/UDP is located at 9 Memorial Drive, Bethesda, Maryland 20892. viii. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. ix. EVALUATION OF PROPOSALS The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. EVALUATION FACTORS : Total Factor Points (100) 1. Sequencing must be performed on the Illumina HiSeq2000 or 2500 and enrichment performed using the Illumina TruSeq Enrichment Kit on genomic DNA purified without phenol/chloroform extraction. (25 Points) 2. Sequencing must be performed to a minimum 75X-fold average (higher is fine) coverage using 100 bp paired-end sequencing method. (25 Points) 3. Raw data must be supplied as lane reads on a hard disk in Fastq format. (25 Points) 4. BAM files (10 Points). 5. Lowest price technically accepted (LPTA) (15 Points). A. Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). x. In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. xi. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this Acquisition. xii. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. xiii. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their proposals no later than 7:30 a.m. Eastern Standard Time (EST) on April 22, 2013 The proposal must reference the RFP Number: NHLBI-CSB-(HG)-2013-136-DLM. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contracting Specialist, Dorothy Maxwell at maxwelld@nhlbi.nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above. All quotes shall contain the following : 1. Name of Contracting Organization; 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number); 3. Contract Type; 4. Total Contract Value; 5. Description of Requirement; 6. Contracting Officer's Name and Telephone Number; 7. North American Industry Classification System (NAICS) Code; and 8. DUNS Number. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HG)-2013-136-DLM/listing.html)
 
Place of Performance
Address: NIH, 9 Memorial Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03037969-W 20130418/130416234918-58fa20256d6dc3c1d9ebca7b50f7cea1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.