SOLICITATION NOTICE
A -- Human microRNA Sample Preparation, Detection, Extraction and Analysis
- Notice Date
- 8/22/2013
- 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-1119716
- Archive Date
- 9/21/2013
- 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
- Total Small Business
- 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-1119716. 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 issued as a small business set-aside. Background: The FDA's, National Center for Toxicological Research (NCTR) requires services for Human microRNA Sample Preparation, Detection, Extraction and Analysis. The service shall provide the assessment of whole population microRNA using microarray technology, thereby providing a comprehensive assessment of the microRNA changes within the cell for the purpose of identifying new biomarkers. Minimum Requirements: The Contractor must have their own microarray or sequencing instruments, and the facility must be able to provide transcripts profiling services in compliance with Good Laboratory Practices. The contractor is also required to have µParaflo microfluidic chip to ensure the high quality data. The contractor must have past experience with whole genome human mRNA and microRNA profiling work. The Government shall provide the contractor 120 samples [a range of 1.25 to 1.45 ug total RNA (including miRNA)] within six (6) months of award and the Contractor shall, within three (3) months (90-days)of receipt of the samples: -Independently assess the quantity and quality of the RNA to ensure that it is acceptable for transcripts profiling -Prepare DNA libraries from the RNA that can be run on the microarray -Scan images of microarray and extract the intensities of control, background and microRNA probes -Align the read data to the current reference human genome with transcript identifications assigned from miRBASE -Analyze data and provide analysis and outputs on portable hard drive(s) of sufficient capacity to hold all the data which shall include, at a minimum, the following: a. Raw data file (microarray image scan) for each sample b. Normalized data after background substractions and multi-array normalization c. Provision of a tab-delimited file containing normalized counts of each microRNA with human miRBase (Sanger) accession for each sample d. A list of differentially expressed microRNA from multi-sample experiments Period of Performance: The Government intends to provide the contractor 120 samples [a range of 1.25 to 1.45 ug total RNA (including miRNA)] within six (6) months of contract award. Upon receipt of the samples, the vendor shall complete the services and send the described deliverables within the following 90 days. Qty: 120 Samples Price Per Sample _______________ Extended Price ________________________________ Place of Performance: Work shall be performed at the contractor's site 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 (July 2013) applies to this solicitation. The following addenda have been added to this provision: Contract Clauses The following clauses are incorporated by reference and are available in full text at http://www.acquisition.gov/far/ http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html http://www.hhs.gov/asfr/ogapa/acquisition/policies/files/caac-consultation-accelerated-payment-gsa.pdf Far Clauses are current through Federal Acquisition Circular 2005-69 dated August 01, 2013. FAR Clause 52.217-8 Option to Extend Services The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) 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. 352.222-70 Contractor Cooperation 352.223-70 Safety and Health 352.231-71 Pricing of Adjustments 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, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-43, 52.223-18, 52.225-13, 52.232-33. Solicitation Provisions: Contract Type: Commercial Item-Firm Fixed Price. Wage Determination WD 05-2035 (Rev.-13): http://www.wdol.gov/wdol/scafiles/archive/sca/05-2035.r13 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: 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 09:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on September 06, 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 09:00 AM CST on August 28, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-13-223-SOL-1119716/listing.html)
- Place of Performance
- Address: Work shall be performed at the contractor’s site, United States
- Record
- SN03158009-W 20130824/130822235100-542db28a4aba1d7af337bfb7b1357f4f (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 |