Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
SOLICITATION NOTICE

A -- Assessment Services of Gene Messenger Ribonucleic Acid (mRNA) Expression Changes in Human Cell Lines

Notice Date
8/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-13-223-SOL-00137
 
Archive Date
9/3/2013
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6 as applicable and in conjunction with FAR part 13.3 and 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. The solicitation number is FDA-13-223-SOL-00137. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, 01 Aug 2013. The associated North American Industry Classification System (NAICS) Code is- 541711- Research and Development in Biotechnology; Small Business Size Standard is 500 employees. This acquisition is not issues as a small business set-aside. Background: The FDA's, National Center for Toxicological research (NCTR) requires services for assessing gene messenger ribonucleic acid (mRNA) expression changes in human cell lines for comparison of the effects of tobacco on the cellular expression of the gene. Requirements: The Government intends to provide a minimum of 1.25 to 1.45 ug of total RNA and projects providing a total of 166 samples within 6 months of contract award date. -The contractor shall independently assess the quantity and quality of the RNA to ensure that it is acceptable for sequencing. -The contractor shall have their own sequencing instruments -The contractor's facility shall be certified by Illumina to ensure the high quality data -The contractor shall have past experience with human mRNA sequencing work -Preparation of libraries from the mRNA shall be able to run on Next-Generation (Next Gen) platform. -Sequencing of the libraries shall be accomplished using Illumina sequencing technology. -The parameters for the sequencing shall be paired end reads, 50 bases minimum per read, and a depth of coverage of at least 12 million read pairs per sample. -Contractor shall ensure alignment of the read data to the current reference human genome and transcriptome with transcript identifications assigned from the human Gene table as the definition for both gene and transcript level expression, modified so that transcript Identification Numbers (IDs) are guaranteed to be unique. -Contractor shall ensure a minimum of 85% unambiguous alignment to the transcriptome and genome -The following data analysis and output shall be provided on a portable hard drive of sufficient capacity to hold all the data (multiple hard drives may be used if the amount of data require it): a. Raw data file for each sample b. A table of the flow cell statistics outlining the quality and yield of the flow cell(s) where samples were clustered and sequenced c. Quality Control (QC) files regarding any presence of artifact/duplicate sequences, along with base distributions and qualities d. A tab-delimited text file with collapsed and normalized counts for each detected gene and isoform for each specimen e. An alignment file (BAM format) containing best alignments of each read to genome f. De-multiplexing of Illumina barcodes, if applicable g. Provision of a tab-delimited file containing normalized counts of each gene Qty: Minimum 166 Samples Extended Price_________________ Place of Performance: Work shall be performed at the contractor's site Period of Performance: The Government intends to provide 1.25 to 1.45 ug of total RNA and projects providing a total of 166 samples within 6 months of contract the award date. Upon receipt of the samples, the vendor shall complete the sequencing within 30 days and send the described deliverables within the following 60 days. Shipping Information: Work shall be performed at the contractor's location with deliverables sent to the following Government location: US Food and Drug Administration National Center for Toxicological Research Jefferson Laboratory 3900 NCTR Road Jefferson, AR 72079 Solicitation Provisions Contract Type: Commercial Item-Firm Fixed Price. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) applies to this solicitation. The following addenda have been added to this provision: Addendum Paragraph (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until September 30, 2013. Contract Clauses The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (June 2013), applies to this acquisition. The following addenda have been added: The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The following clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far. FAR 52.204-7 System for Award Management FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (MAY 2011) FAR Clause 52.217-8 Option to Extend Services (NOV 1999) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.223-70 Safety and Health JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 The Contract Specialist is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The Contract Specialist for this order is: Sondea Blair, Contracting Specialist 3900 NCTR Rd HFT-320, Room 421 Jefferson, AR. 72079 Phone: (870) 543-7469 Email: sondea.blair@fda.hhs.gov The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The COR for this order is: shall be completed at time of award. Invoice Submission Invoices shall be submitted to the attention of the designated Contract Specialist identified above and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. An original and two (2) copies shall be submitted to: FDA/OC/OA/OFO/OFS Attn: Division of Payment Services 3900 NCTR Road, HFT-324 Building 50, 6th floor, suite 616 Jefferson, AR 72079 Phone: (870) 543-7446 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov II. One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked as: Courtesy Copy Only: To be completed at time of award. Questions regarding invoice payments should be directed to the FDA payment office at phone or email: 870.543.7446 or nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 (iv) Alt. III, 52.232-33. Solicitation Provisions: Contract Type: Commercial Item-Firm Fixed Price. Addendum to Paragraph (b)(8) Representations and Certifications- In addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's quote shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48. Note: This solicitation is being issued under the premise that the Contractor will certify that the combination of equipment/service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 & FAR 22.1003-4(c). If this is the case and the Contractor certifies that is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41, and 52.222-43 shall be included in the resulting order award as well as Wage Determination WD 05-2033 (Rev.-12): http://www.wdol.gov/wdol/scafiles/archive/sca/05-2033.r12 The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement (ii) Price Technical Acceptability: Technical acceptability will be determined by review of information submitted by the quoter who must provide sufficient descriptive literature that unequivocally demonstrates that offered services meet the technical requirements as stated herein. Pricing: Offerors shall provide pricing, clearly delineating the applicable performance period, using the attached format for each period of performance. Prices shall be firm-fixed-price and shall not be subject to any further economic price increase beyond the initial price offered. The government is not responsible for locating or securing any information, which is not identified in the proposal however, the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Government reserves the right to make an award without discussions. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 10:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on August 19, 2013 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U.S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 10:00 AM CST on August 8, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-13-223-SOL-00137/listing.html)
 
Place of Performance
Address: Work shall be performed at the contractor’s location with deliverables sent to the following Government location:, US Food and Drug Administration, National Center for Toxicological Research, Jefferson Laboratory, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03136887-W 20130804/130802235252-7d8faaf1fc37b027b0a249ad8cb425e3 (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.