SOLICITATION NOTICE
Q -- DNA TESTING- HIGH THROUGHPUT SEQUENCING FOR NASA AMES RESEARCH CENTER
- Notice Date
- 11/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA15500955Q
- Response Due
- 11/21/2014
- Archive Date
- 11/3/2015
- Point of Contact
- Elizabeth A Baierl, Contracting Officer, Phone 650-604-5082, Fax 650-604-0932, Email Elizabeth.A.Baierl@nasa.gov - Matthew J Heagy, Contract Specialist, Phone 650-604-5658, Fax 650-604-3020, Email Matthew.j.heagy@nasa.gov
- E-Mail Address
-
Elizabeth A Baierl
(Elizabeth.A.Baierl@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice 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; offers are hereby being requested under this combined synopsis/solicitation.A written solicitation will not be issued. NNA15500955Q is issued as a Request for Quotation for Firm Fixed Price (FFP) offers for DNA Sequencing Services. NASA Ames Research Center, Exiobiology Branch intends to issue one or more Blanket Purchase Agreements (BPA) for High Throughput Sequencing (HTS) of in vitro evolved RNAs. BPA(s) will be for firm fixed priced sequencing services and will include a base ordering period of performance (POP) of one year. BPA(s) may be renewed annually for no more than a total of five consecutive years, at the discretion of the Government. NNA15500955Q is issued as 100% total small business set aside.The NAICS code is 621511; the small business size standard is $32.5 million. Offerors must be considered small business pursuant to NAICS 621511 to be eligible for award. Offerors must have updated Representations and Certifications in the website SAM.GOV and shall provide their DUNS number with their offer for verification of eligibility for award. All solicitation incorporated provisions and clauses in the RFQ are those in effect through FAC _2005_-_77 dated 14 Oct 2014 and may be reviewed at http://acquisition.gov/far/index.html. RFQ NNA15500955Q solicits firm fixed price offers for the periodic sequencing of indexed Illumina libraries, prepared in the laboratory of Mark A. Ditzler at NASA Ames Research Center. CLIN 0001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $____________price per lane. Estimate 3 7 lab services per year. Pricing and ordering for POP 10 December 2014 9 December 2015 CLIN 0002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $______________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2014 9 December 2015 CLIN 0003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__________price per lane. Estimate 3 to 7 lab services per year. Pricing and ordering POP 10 December 2014 9 December 2015 CLIN 1001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $____________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2015 9 December 2016 CLIN 1002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $______________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2015 9 December 2016 CLIN 1003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__________price per lane. Estimate 3 to 7 lab services per year. Pricing and ordering POP 10 December 2015 9 December 2016 CLIN 2001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $____________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2016 9 December 2017 CLIN 2002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $______________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2016 9 December 2017 CLIN 2003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__________price per lane. Estimate 3 to 7 lab services per year. Pricing and ordering POP 10 December 2016 9 December 2017 CLIN 3001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $____________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2017 9 December 2018 CLIN 3002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $______________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2017 9 December 2018 CLIN 3003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__________price per lane. Estimate 3 to 7 lab services per year. Pricing and ordering POP 10 December 2017 9 December 2018 CLIN 4001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $____________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2018 9 December 2019 CLIN 4002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $______________price per lane. Estimate 3 7 lab services per year. Pricing and ordering POP 10 December 2018 9 December 2019 CLIN 4003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__________price per lane. Estimate 3 to 7 lab services per year. Pricing and ordering POP 10 December 2018 9 December 2019 Price shall be inclusive of sequencing indexed libraries, performing a Qubit assay (or similar) on library to confirm the concentration prior to sequencing, providing sequencing data in fastq format along with a summary of sequencing run statistics, and sorting data into separate fastq files based on indexes used. The RFQ contains the following provisions and clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR, 52.212-2, Evaluation, Commercial Items (Oct 2014); FAR 52.212-3Offeror Representations and CertificationsCommercial Items (Oct 2014); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2014). This RFQ includes addendum to FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014), as follows: Ordering Procedures: Orders will be placed electronically, via email, and will be followed up with a phone call to the vendor. Each order will have its own accounting information and a separate call number associated with it for invoicing, payment, and tracking purposes. Only authorized contracting officer of NASA Ames Research Center will be placing orders against this agreement. The Government is obligated only to the extent of authorized purchases are made under this BPA. Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Partial payments will be authorized. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Inspection/Acceptance: Inspection and acceptance will be pursuant to FAR 52.212-4(a) and the Statement of Work. STATEMENT OF WORK-- High throughput sequencing of amplicons from in vitro evolution experiments. 1. INTRODUCTION High throughput sequencing (HTS) provides critical insight into populations of in vitro evolved RNAs. The evolved RNA populations are used to generate DNA amplicons that are specifically designed and prepared for analysis on Illumina HTS instruments. Illumina HTS instruments are expensive, frequently improved, and require considerable expertise to operate efficiently. Therefore, we are seeking outside service providers to carry out HTS for our in vitro evolution projects. 2. SCOPE Periodic sequencing of indexed DNA libraries on Illumina HTS instruments. The DNA libraries are amplicons prepared at the NASA Ames Research Center. The libraries are designed to be run on Illumina HTS instruments, but they are not prepared using Illuminas sample preparation kits; however, previous preparations of these amplicon libraries have been successfully sequenced on an Illuminas Hiseq 2000 instrument. For each service ordered, the contractor shall have representative available to discuss the specifics of NASAs library design and any recent changes to the requirements and capabilities of Illumina instruments. Two types of sequencing runs are required. The first type of sequencing runs shall be provided on 1 to 3 lanes of an HTS flow cell on a HiSeq instrument (1 x 100 bases, single end reads). The contractor shall run samples on a single lane on a HiSeq instrument. The second type of sequencing runs shall be provided on a MiSeq instrument (2 x 250 bases, paired end reads). HTS data shall be provided in fastq format and data from indexed samples shall be sorted into separate index-specific fastq files. NASA estimates requirement for-- but does guarantee orders-- from 2 to 7 sets of sequencing runs per year. Each set of sequencing runs will require 1-3 HiSeq lanes and/or 1-3 MiSeq lanes. Deliverables The contractor shall provide the following: - Files with sequencing data from the sequencing run in fasq format. Sequence data will be demultiplexed i.e. sorted into separate fastq files based on sequencing indexes. - A summary of standard sequencing run statistics. The data shall be made available in downloadable form from a server or shipped to NASA Ames Research Center, Bldg N239, MS 239-4, Moffett Field CA, 94035 in lieu of downloading. NASA intends to require this service periodically over the course of five years. Individual sequencing runs shall be completed and delivered no later than 45 days following sample submission. END OF STATEMENT OF WORK PREPARATION OF OFFERS:This RFQ includes addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), as follows: All questions regarding this solicitation shall be submitted no later than 3 PM local time on 13 November 2014 for consideration and response by the Government. Email questions to matthew.j.heagy@nasa.gov and to elizabeth.a.baierl@nasa.gov no later than 3 PM local time on 13 November 2013. Only electronic receipt of offers will be accepted. Submit offers in Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. SUBMISSION OF OFFERS: email complete offers to matthew.j.heagy@nasa.gov and to elizabeth.a.baierl@nasa.gov no later than 3 PM local time on 21 November 2014. Offers must be received by 3 PM local time on 21 November 2014 to be considered for award. Late offers will not be accepted. All offers must include the following minimum information: 1-Technical/Past Performance proposal that includes information addressing the following elements: a) Provide information on how long offeror has been providing Illumina HTS services. b) Describe offerors experience running libraries that are NOT prepared using Illumina's official sample prep kits. c) Discuss offerors normal turn-around time for similar services as required by this solicitation. d) Discuss the types and quantities of the HiSeq and MiSeq instruments offeror has in their facility to use for NASAs tests. e) Describe offerors quality control measures f) Up to three references, to include name, contact info, and company name, for which offeror performed lab services relevant to the requirements of this solicitation. This work history shall be within the preceding (15) fifteen months. 2 Pricing offer that includes offerors company information, Firm Fixed Prices for CLINs 0001 - 4003, solicitation number, discount/payment terms, if applicable, DUNS, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Award of Blanket Purchase Agreement will be made to one or more offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on their ability to fulfill the technical requirements, past performance information, and offered prices that are determined to be fair, reasonable, and balanced. Note: The offerors DUNS number will be used to verify current registration in WWW.SAM.GOV pursuant to FAR clause 52.212-3Offeror Representations and CertificationsCommercial Items (May 2014) The FAR may be obtained via the Internet at URL: http://acquisition.gov/far/index.html. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA15500955Q/listing.html)
- Record
- SN03564784-W 20141105/141103234738-6a6eeee8c4aedf417d1363de1584dc09 (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 |